Search Contract Opportunities

Centralized Energy Resilience and Conservation Investment Program (ERCIP) AE Services $249M   8

ID: W912DY23R0028 • Type: Solicitation • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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 (formally known as the Brooks Act) as implemented per the Federal Acquisition Regulation (FAR) 36.6, 236.6 of the Defense Acquisition Regulations Supplement (DFARS) and 5136.6 of the Army Federal Acquisition Regulation Supplement (AFARS); the United States Army Corps of Engineers (USACE) Acquisition Instructions (UAI); and Engineering Pamphlet (EP) 715-1-7, ?Architect-Engineer Contracting in USACE?. The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville Center (CEHNC) plans to award a multiple award Indefinite Delivery Contract (IDC) suite with a target of 7 awardees using full and open competition (unrestricted) with a small business reserve. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The multiple award IDC suite will have one twenty-four (24) month base ordering period and one thirty-six (36) month option period for a total of (5) years. Work will be issued by negotiated Firm-Fixed-Price (FFP) task orders (TO). CEHNC intends to award a minimum of seven (7) IDCs (four (4) most highly rated other than small business Firms and three (3) most highly rated small business Firms) for this acquisition; 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.Firms will be required to provide expert energy system design, engineering, commissioning, planning services to improve energy and water resilience, security, and conservation on DoD installations. Work under this multiple award IDC will be in support of multiple locations inside and outside the U.S. IAW FAR 2.101, to include Germany, Belgium, Kuwait, and the Republic of Korea. Other foreign jurisdictions outside the Continental United States may be added to the geographic scope of the base IDC if deemed appropriate after an analysis of relevant statutes and regulations and analysis of international agreement terms between the United States and the respective foreign jurisdiction. The selected AE Firms shall perform all work IAW commonly accepted practices, quality, and professional standards for the industry including adherence to all applicable codes, regulations, technical standards, instructions, specifications, and installation, local, state, federal and international requirements. The work may necessitate travel to work sites and Government installations for the purposes of data collection, meetings, etc. However, the bulk of the work is anticipated to be performed in the home offices of the Firm.The North American Industrial Classification System (NAICS) code is 541330, which has a small business size standard of $25.5M. The applicable Product Service Code (PSC) for this acquisition is ?C219 - Architect and Engineering - General?. The total estimated capacity amount to be shared among all awardees is $249,000,000.00. The Government?s minimum obligation shall not exceed the minimum guarantee of $2,500.00 for the life of the IDC. To be eligible for an IDC award, a Firm must be registered in System for Award Management (SAM) at the time of their submission. In addition, FAR 52.236-23, Responsibility of the Architect-Engineer Firm, applies to this acquisition.

Overview

Response Deadline
June 12, 2023, 11:00 a.m. EDT (original: June 5, 2023, 11:00 a.m. EDT) Past Due
Posted
May 5, 2023, 2:43 p.m. EDT (updated: June 7, 2023, 1:51 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 5/5/23 Engineering Support Center Huntsville issued Solicitation W912DY23R0028 for Centralized Energy Resilience and Conservation Investment Program (ERCIP) AE Services $249M due 6/12/23. The opportunity was issued full & open with NAICS 541330 and PSC C219.
Primary Contact
Name
Catherine Daly   Profile
Phone
(256) 895-1459

Secondary Contact

Name
Kijafa JOHNSON-COOPER   Profile
Phone
(256) 895-1614

Documents

Posted documents for Solicitation W912DY23R0028

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W912DY23R0028

Award Notifications

Agency published notification of awards for Solicitation W912DY23R0028

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912DY23R0028

Contract Awards

Prime contracts awarded through Solicitation W912DY23R0028

Incumbent or Similar Awards

Contracts Similar to Solicitation W912DY23R0028

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912DY23R0028

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912DY23R0028

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
June 6, 2024
Last Updated By
catherine.m.daly@usace.army.mil
Archive Date
June 6, 2024