Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2025 SAM #8620
SOURCES SOUGHT

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACTS FOR CIVIL WORKS DESIGN AND RELATED PROJECTS, PRIMARILY VARIOUS LOCATIONS, ALASKA

Notice Date
7/1/2025 5:24:39 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
SS-IDAE-MATOC-CIVILWORKS
 
Response Due
7/22/2025 3:00:00 PM
 
Archive Date
08/06/2025
 
Point of Contact
Melanie DePuy, Phone: 9077532517, Michelle Mandel, Phone: 9077532502
 
E-Mail Address
melanie.depuy@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(melanie.depuy@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers (USACE), Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work: USACE Alaska District is contemplating an Architect-Engineer (AE) Multiple Award Indefinite Delivery Indefinite Quantity contract tool with a seven (7) year ordering period and a capacity of $240 Million to perform design and related services for civil works projects in various locations in Alaska. The anticipated size of task orders against this contract is between $25,000 and $20,000,000. The AE selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided may include preparation of complete reports or portions of Corps of Engineers planning reports, environmental documents, engineering designs (including construction plans and specifications) for small boat harbors, navigation, ecosystem restoration projects, flood damage prevention, storm damage reduction, watershed studies, comprehensive relocation plans and comprehensive community plans for rural villages in Alaska, and other Corps Civil Works activities. Work may include any portion of Civil Works activities including plan formulation, design, cost engineering, environmental documentation, economic analysis, National Environmental Policy Act (NEPA) analysis, National Historic Preservation Act (NHPA) analysis, and real estate. Task orders may be issued in support of programs other than Civil Works. The Government may require that designs be in metric and/or English systems of units. Products shall be produced to Corps of Engineers guidelines and specific formats as set forth by task order. The firm must demonstrate the ability to: Develop Corps planning reports in accordance with current Corps policy and regulation, provide drawings in AutoCAD (version as required by the project); use the latest version of MCACES (cost estimating software furnished by the Government); provide a cost estimate in work breakdown structure (WBS) using MII software; provide electronic bid set (EBS) documents; and use SPECSINTACT for all projects unless otherwise directed in the task order. Construction support services may be required. The applicable North American Industry Classification System (NAICS) code is 541330, Engineering Services, and the related small business size standard is $25.5 Million (average annual receipts). THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 22 July 2025, 2:00 PM AST, by submitting all requested documentation listed below via email to Melanie Depuy at melanie.depuy@usace.army.mil and Michelle Mandel at Michelle.R.Mandel@usace.army.mil. Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address, point of contact including email address and business size under NAICS 541330 (2) Identification of business type. If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc) (3) CAGE Code and DUNS Number (4) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27180785a6474d9ebc60dc92628a8a33/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN07496089-F 20250703/250701230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.