ORGANIZATION: U.S. Forest Service (USFS)
PROJECT TITLE: Indefinite Delivery Vehicle (IDV) Indefinite Delivery Indefinite Quantity (IDIQ). Work will be assigned through individual task order solicitations for various services including: architectural, civil, mechanical, electrical, plumbing, structural design, construction administration, inspection, general and environmental studies, value engineering, energy conservation design practices, project management as well as other types of architectural and engineering services.
PROJECT LOCATION: The continental US and Hawaii and any state or US territory for the Forest Service (FS).
PRIMARY NAICS CODE: 541330 ¿ Engineering Services - Size Standard - $25.5 million
CONTRACT TYPE: Task Orders will be Firm Fixed Price (FFP)
TYPE OF ANNOUNCEMENT: SOURCES SOUGHT
This is a Sources Sought Notice for the purpose of conducting market research and obtaining industry information ONLY. Proposals are NOT being requested, nor accepted at this time. THIS IS NOT A REQUEST FOR PROPOSALS, QUALIFICATIONS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A
PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. No Solicitation is currently available. The purpose of this notice is to obtain information from businesses that would be interested and capable of providing the types of services noted below. The USFS will use information obtained through this notice as well as other market research to develop an acquisition strategy.
A. SUMMARY OF REQUIREMENT:
The USFS anticipates soliciting and awarding an IDIQ Contract. The intent at this time is to have a minimum task order value of $250K.
**Any potential future Solicitation will be posted to https://beta.sam.gov/ under Contract Opportunities. Interested firms will be required to be registered in SAM (System for Award Management, www.sam.gov) and complete Online Representations and Certifications. **
The intent of this IDIQ is to support Disaster Recovery effort.
**These IDIQ contracts will be available for USFS Contracting Officers to issue orders against for Architecture and Engineering requirements related to Disaster Recovery.
**Firms will be required to provide services throughout the entire selected coverage areas.**
The two areas of coverage will be:
¿ Region 8 (includes Alabama, Arkansas, Florida, Georgia, Kentucky, Louisiana, Mississippi, North Carolina, Oklahoma, South Carolina, Tennessee, Texas, Virginia and Puerto Rico.)
¿ Remaining continental United States, Hawaii, and any United States territory for the Forest Service.
Work will be performed on land owned, leased, or with use agreements located in any state or US territory. Project sites may occur on tribal or tribal reservation land and require employment rights compliance.
Work will consist of various services including: architectural, civil, mechanical, electrical, plumbing, structural design, construction administration, inspection, general and environmental studies, value engineering, energy conservation design practices, project management as well as other types of A-E services. All work will be assigned and accomplished in accordance with individual task order solicitations.
The term of the contract shall include a base period and four option years. Total contract amount is estimated at $250 million over the 5 years.
The primary North American Industry Classification System (NAICS) code will be 541330 ¿ Engineering Services. The small business size standard is $25.5 million average annual revenue for the previous three years.
B. SOURCES SOUGHT RESPONSE REQUIREMENTS
All business categories are invited to respond.
Response Information: Interested firms should submit a capabilities package and include the following:
1) Firm's name, address (mailing and URL), point of contact, phone number, email address, business category, business size, and business type
2) Business classification; i.e. Large Business, Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), Small Business, 8(a) Program, or Other.
3) Provide a general statement of your qualifications, capabilities and ability to perform the required types of work. Provide information for a minimum of one (1) and a maximum of five (5) contracts/projects within the past 5 years including a brief description of services similar to that described above. Minimum information should include the following: Contract price, project location, date of services, a brief description of the services. Your firm shall identify whether any work identified in this response were completed independently as the prime contractor or affiliated with another contractor (in a joint venture or as a subcontractor). If your role was as a sub-contractor, describe the services your company provided. Do not send photos at this time. Contracts / projects submitted must be similar in scope and dollar value to the work described in this sources sought.
4) Responders should demonstrate that they have the capacity to perform aspects of the types of services chosen as described in this synopsis, either by their in-house capabilities or through their teaming / subcontractor¿s capabilities.
5) CAGE code and UEI number of your firm.
6) Firm's Joint Venture Information (if applicable).
7) Statement that your firm is interested in submitting a proposal for this project if it is formally advertised.
8) Completed Geographical Location Selection Form attached to the announcement by selected which locations your firm would be willing to work.
B. KEY DATES
Responses to this Sources Sought will only be shared with the Government project team and held in strict confidence.
** Virtual Industry Day (Microsoft Teams)**
¿ April 17th, 2025
¿ Noon Eastern
¿ Please sign up by Friday, April 11th 2025, 4 p.m. Eastern Time
¿ Provide names and email addresses for required attendees so an invitation can be sent out
** Source Sought RESPONSE DATE/TIME: Friday, April 18th, 2025, 4 p.m. Eastern Time **
EMAIL RESPONSES TO: Christopher Keck @ Christopher.Keck@usda.gov. Include the reference number (12445225R0016) in the subject line.