Army posts presolicitation notice for INSCOM A/E support

On September 15, the U.S. Army posted a presolicitation notice for a Multi-Discipline A/E Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to Support the U.S. Army Intelligence Command (INSCOM) (Solicitation Number: W912DR-17-R-0017). Responses are due no later than 12:00 noon Eastern Time on October 16.

In accordance with the Brooks Act, FAR Subpart 36.6, AFARS 5136.6 and U. S. Army Corps Engineers Acquisition Instruction (UAI) 36.6, the U.S. Army Corps of Engineers (USACE) Baltimore District (NAB), contemplates the award of one (1) $40M contract capacity, five-year, Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) for Architect-Engineer (A/E) services. This contract will be used for projects within USACE’s North Atlantic Division’s geographic area of responsibility in support of the U.S. Army Intelligence Command (INSCOM) and may be used by other USACE Districts to support INSCOM. Firms will be selected for negotiation based on demonstrated competence and qualifications for required work. See below for general information on the A/E selection process. Projects will be located on secure and non-secure sites and may be located anywhere within the Continental United States (CONUS) or Hawaii.
The firm must be capable of responding to and working on multiple task orders concurrently. Task orders will be awarded based on the contractor’s current workload and its ability to accomplish the order in the required time, geographic location, type of services required, and previous installation experience including customer satisfaction, and performance and quality of deliverables under the current IDIQ. A contract may be issued up to one year after selection. The selection process and award of a contract under this Federal Business Opportunities (FBO) announcement shall be subject to the prohibitions and restrictions of the Federal Acquisition Regulations (FAR), Subpart 9.5, Organizational and Consultant Conflicts of Interest. To be eligible for contract award, a firm or joint venture must be registered in the System for Award Manager (SAM.gov).

An active Top Secret Facility Clearance is required at the time the offer is due, at time of award, and throughout the life of the contract. In the event of a Joint Venture (JV), the clearance requirement will apply to the JV. This means that the entity identified submitting the SF 330 must have the Top Secret Facility Clearance in that name along with the matching Cage Code. For example, if Company A and Company B form a Joint Venture called Company AB, then the Company AB must have an active Top Secret Facility Clearance at the time the offer is due, at the time of award, and throughout the life of the contract. Even if both Company A and Company B, each individually possess the clearance, unless Company AB possesses its own Top Secret Facility Clearance, then the proposal will not be eligible for award.

Full information is available here.

Source: FedBizOpps