Alaska Bids > Bid Detail

D17 ALASKA ARCHITECT & ENGINEERING SERVICES Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract MATOC

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159906529149602
Posted Date: Nov 5, 2023
Due Date: Nov 30, 2023
Source: https://sam.gov/opp/6503a04c21...
Follow
D17 ALASKA ARCHITECT & ENGINEERING SERVICES Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract MATOC
Active
Contract Opportunity
Notice ID
70Z08724RJUNE0001
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
CEU JUNEAU(00087)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-09:00) ANCHORAGE, ALASKA, USA
  • Updated Published Date: Nov 05, 2023 12:34 pm AKST
  • Original Published Date: Jul 17, 2023 04:10 pm AKDT
  • Updated Response Date: Nov 30, 2023 04:00 pm AKST
  • Original Response Date: Aug 31, 2023 04:00 pm AKDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 15, 2025
  • Original Inactive Date: May 15, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Juneau , AK 99802
    USA
Description View Changes

DRAFT SYNOPSIS for INDUSTRY COMMENT



Interested small business Architect/Engineering Firms are invited to review the attached Draft Synopsis of the Requirement and provide comments. Comments shall be reviewed and considered prior to FINAL Synopsis release for action.



Based upon responses to Sources Sought Announcement, USCG is considering a set aside for Total Small Business.



Industry Comments regarding Draft Synopsis are due November 30, 2023 at 4:00pm AKST.



--------------------------------------------------------------------------------------------------------



SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL SMALL BUSINESS CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT.



U. S. Coast Guard Civil Engineering Unit Juneau (CEUJ) seeks in support of U.S. Coast Guard facilities located throughout the State of Alaska, CEUJ contemplates awarding an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contract MATOC.



NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS.



The U.S. Coast Guard is considering whether to set aside an acquisition for Small Business Concerns, including HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), Woman Owned Small Business concerns (WOSB) and 8(a) Small Business concerns.



The Government intends to award up to four Indefinite Delivery, Indefinite Quantity (IDIQ) Architect & Engineering Services contracts for a ten-year period, beginning on or about 1 July 2025.



The aggregate award amount for the four contracts is expected to be $50M, with a 10-year performance period.



For planning purposes, it is anticipated that $3-$4M per year of work will be ordered, however this amount may vary due to government need and funding levels.



Task Order amounts will typically vary from $25K to $500K. The CONTRACTOR may, but is not obligated, to participate in the Fair Opportunity Act process for Task Orders less than $25K.



The applicable North American Industry Class System (NAICS) 2022 code is 541330. This industry comprises establishments primarily engaged in applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. The assignments undertaken by these establishments may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services.



The small business size standard is the largest that a concern can be and still qualify as a small business for Federal Government programs. The size standard for NAICS 541330 average annual receipts of $25.5 million.



Scope: This Contract is anticipated is to provide services which include the full range of architect and engineering services required to maintain, refurbish and repair USCG facilities in the State of Alaska. Attachment 2_D17 AK AE IDIQ_SOS-Draft_7-17-2023.



Anticipated Capabilities/Qualifications: Firms may have as their prime area of expertise, either; an established engineering discipline (e.g.: mechanical, electrical, structural, etc.) OR architecture.



The contractor will have in-house engineering OR architecture areas of expertise.



The contractor will have in- house capability, OR the ability to obtain via sub-consultants, the appropriate Professional certifications and licensing in Alaska for the following core disciplines: Architecture, Structural Engineering, Mechanical Engineering, Electrical Engineering and Civil Engineering.



The contractor will have demonstrated experience: coordinating with Alaska State and Federal Environmental and Waterfront Regulatory Agencies, working on multi-trade/multi-faceted remote Alaskan design and construction projects, working for/with Government agencies on Alaskan design and construction projects.



At the present time, this acquisition is expected to be issued as a Small Business Set-aside. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status.



All firms should be registered with System for Award Management (SAM.gov). Entity registration must be current and your firm’s Reps and Certs area complete.



Please review attachment 3, FAR 52.219-14 Limitations of Subcontracting Class Deviation (July 2023), for clarifications of limits set for use of sub-consultants under this proposed IDIQ.



Complete Attachment 1, AK AE Sources Sought Response form. Your response is required August 31, 2023 for timely consideration. Please submit completed form via email to Cheryl.a.berry@uscg.mil with “Sources Sought Response for Solicitation Number 70Z08723RJUNE0001” in the subject. Please reference this solicitation number in all correspondence pertaining to this contract action.



No solicitation is being issued currently. For reference purposes, the solicitation, when issued will be numbered 70Z08724RJUNE0001. The solicitation in its entirety and any subsequent amendments will be available at no charge online at https://sam.gov under Contract Opportunities. Search using Solicitation number 70Z08724RJUNE0001.




Attachments/Links
Contact Information
Contracting Office Address
  • P.O. BOX 21747
  • JUNEAU , AK 99802
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >