Search Contract Opportunities

Ballistic Missile Defense Program Architectural & Engineering Services   5

ID: W912DY-18-R-0062 • Type: Synopsis Solicitation

Description

Posted: May 23, 2019, 5:50 p.m. EDT
The purpose of Amendment 02 is to revise the Government's response to Question # 7992867. The Government discovered the response to question #7992867 was incorrect and does not reflect the language documented in the Synopsis. Therefore, the response to the question is revised as shown below. There are strikethrough changes or changes in red. There will be no extension to the response date at this time. It is the Offeror's responsibility to check the internet address provided as necessary for any posted changes to this Synopsis and all amendments.
Posted: May 23, 2019, 5:50 p.m. EDT
Posted: May 20, 2019, 5:20 p.m. EDT
Posted: May 1, 2019, 5:30 p.m. EDT
This acquisition is being procured In Accordance With (IAW) the 40 United States Code (U.S.C) Chapter 1101 et seq, "Selection of Architects and Engineers" statute (formerly known as the Brooks Act) as implemented per the Federal Acquisition Regulation (FAR) Sub Part 36.6, Sub Part 236.6 of the Defense Acquisition Regulations Supplement (DFARS) and Sub Part 5136.6 of the Army Acquisition Regulation Supplement (AFARS); the USACE Acquisition Instructions (UAI); and Engineering Pamphlet (EP) 715-1-7, "Architect-Engineer Contracting in USACE".

The U.S. Army Engineering and Support Center (CEHNC) Huntsville, plans to award a multiple award Indefinite Delivery Contract (IDC) suite on an unrestricted basis. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work.
The multiple award IDC suite will have one (1) thirty-six (36) month base ordering period and one (1) twenty-four (24) month option ordering period, for a possible total of five (5) years. FAR 52.217-9, "Option to Extend the Term of the Contract" will be included in the contract to pursue the established option ordering period and FAR 52.217-8, "Option to Extend Services" not to exceed six (6) months of services, will be included in the contract and pursued as needed. Work will be issued by negotiated Firm-Fixed Price (FFP) and Cost-Plus Fixed Fee (CPFF) task orders. It is anticipated that this acquisition will result in the award of at least three (3) but no more than five (5) contracts; however, the Government reserves the right to award more, less, or none at all if it is determined to be in the best interest of the Government.

The North American Industrial Classification System (NAICS) code for this procurement is 541330-Engineering Services with a small business size threshold of $15,000,000. This announcement is open to all businesses regardless of size. The applicable Product Service Code (PSC) for this acquisition is "C1BF - -Missile Systems Facilities". The total capacity to be shared among all awardees will be $249,000,000.00 ($249M). The contract is anticipated to be awarded in fiscal year 2020. The Government's minimum obligation shall not exceed the minimum guarantee of $2,500.00 for the life of each contract. This requirement will be an unrestricted full and open competitive acquisition with no awards reserved for small business firms.

The objective of this contract is to provide technical support for designs in support of new and existing facilities/sites, including facility/sites ancillary structures, to further the deployment of the Missile Defense Programs for the Government. Specific A-E Services requirements are expected to include, but will not be limited to the preparation of design criteria, architectural and engineering designs, specifications, design-related analyses and studies, economic analyses and cost estimates for missile launch, radar, test and evaluation, administrative and training facilities. Additional support may include environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and regulations; feasibility studies, other studies, geotechnical investigations and topographical mapping services, programmatic support services, manuals, as-built drawings, and engineering and design support during construction.

The Contract is in support of missile defense programs and divisions served by the MD-MCX in the United States, Territories and possessions and other Missile Defense Installations. A-E services may also be required to support missile defense in the following geographic areas: USACE Transatlantic Division (TAD), North Atlantic Division (NAD), and Pacific Ocean Division (POD) such as Europe, Asia and Australia.

Overview

Response Deadline
June 3, 2019, 4:00 p.m. EDT Past Due
Posted
May 1, 2019, 5:30 p.m. EDT (updated: May 23, 2019, 5:50 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee; Fixed Price;
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 5/1/19 Engineering Support Center Huntsville issued Synopsis Solicitation W912DY-18-R-0062 for Ballistic Missile Defense Program Architectural & Engineering Services due 6/3/19. The opportunity was issued full & open with NAICS 541330 and PSC C.
Primary Contact
Title
Contract Specialist
Name
Sharla R. Andrews   Profile
Phone
(256) 895-7429

Secondary Contact

Title
CONTRACTING OFFICER
Name
LASHONDA SMITH   Profile
Phone
(256) 895-7795

Documents

Posted documents for Synopsis Solicitation W912DY-18-R-0062

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912DY-18-R-0062

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912DY-18-R-0062

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W912DY-18-R-0062

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912DY-18-R-0062

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912DY-18-R-0062

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912DY-18-R-0062

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W2V6 USA ENG SPT CTR HUNTSVIL
FPDS Organization Code
2100-W912DY
Source Organization Code
100221637
Last Updated
March 16, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 16, 2020