Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2005 FBO #1479
SOURCES SOUGHT

C -- C--Indefinite Delivery/Indefinite Quantity Nation-wide, to include US territories , Fixed Price Architect-Engineer Contracts. Contact Person: Joan LoRe 817/886-6403

Notice Date
12/12/2005
 
Notice Type
Sources Sought
 
Contracting Office
US Army Engineer District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-06-R-0015
 
Response Due
12/22/2005
 
Archive Date
2/20/2006
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS THEREFORE NO SF 330 FORMS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilized Business Zones (HUBZone), Veteran Owned Small Business Concern (VOSB), Servic e-Disabled Veteran-Owned Small Business (SDVOSB), Historical Black Colleges and Minority Institutions (HBCU/MI), and Indian organizations and Indian-owned economic enterprises) to compete and perform a Firm Fixed Price Indefinite Delivery/Indefinite Quanti ty Contract. The Government is seeking qualified, experienced sources capable of performing design, engineering, and construction support services directly supporting the Department of Homeland Security (DHS) and providing additional support to military a nd civil woks projects within, but not limited to, the SWD regional boundaries. The general over all scope of work of this acquisition will include research, analysis, development, design, construction, alteration or repair of real property, program manag ement, professional services, pre-design site-assessment, feasibility and concept studies, space planning and programming, design and design concepts/standards, construction documentation, cost estimates, value engineering, life cycle costing, post design- shop drawing review, and construction administration. Additional services include but are not limited to: investigations, surveys and mapping, test and evaluation modeling and simulation studies and analysis (including data collection and verification), c onsultations, construction cost estimates, construction inspection, preparation of record drawings, soils engineering, drawing reviews, preparation of operation and maintenance manuals, environmental studies, National Historical Preservation Act analysis and documentation, historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and EPA compli ance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. Since contract or contracts will be used to support the Department of Homeland Security, the contractor is also required to have expertise and knowled ge of the design of Anti-Terrorism/Force Protection (ATFP) requirements, security and communications systems, fire protection and life safety systems, and other technical services as may be required. For all task orders, the AE Contractor(s) will be requi red to provide monthly progress reports, stating (as a minimum) work completed, work anticipated, and problems encountered. In progress reviews and briefings will be required in each task order. No automated management information systems will be require d under the contract. Expertise necessary to comply with the National Historic Preservation Act (NHPA) Section 106, Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead a nd radon are applicable under the task orders anticipated under this contract(s). Disciplines needed include all AE disciplines required to comply with the above requirements such as, (THIS LIST IS not all inclusive), registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, certified environmental survey/design personnel. Cap acity and capability to perform work on a wide variety of sites located within the United States, its territories and possessions in a manner that complies with Federal, State and Local regulations and laws, and within the required time frame. It is antic ipated that multiple projects may be awarded simultaneously to the selected firm(s). AE shall demonstrate adequate team capacity to coordinate, design and manage multiple task orders concurrently to meet required milestones. The Government anticipates t he majority of the task orders to range from $75,000.00 to $1,000,000. However, there may be some task orders for less and some for more than stated above. The Government is requesting that members of the Small Business Community interested furnish the f ollowing information: (1) Company name, address, point of contact, telephone number, and email address. (2) Type of Small Business Community member (Small Business (SB) Small Disadvantaged Business (SDB) to include Section 8(a), Historically Underutilize d Business Zones (HUBZone), Veteran Owned Small Business Concerns (VOSB), Service Disabled Veteran Owned (SDV(SB), Historical Black Colleges and Minority Institutions (HBCU/MI) Indian organizations and Indian-owned economic enterprises) under the North Ame rican Industry Classification System (NAICS) code 541330 which contains a size standard of $4,000,000.00. (3) Identify servicing Small Business Administration District Office. (4) Provide a general statement of your capabilities and demonstrate the capac ity to perform the work. (5) Demonstrate specialized experience and technical competence in the design of Government facilities over $5 million and demonstrate a minimum of three examples within the past 5 years. (6) Demonstrate specialized experience in the design of DHS facilities or comparable Government or non-Government facilities. Include name, address, telephone number, and email address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in this announcement. (7) AEs shall describe partnering experiences on past projects. Fort Worth District and/or other assigned Corps Districts intend to partner these c ontracts with selected firms, and the AE may be required to attend partnering meetings to define the Districts expectations, create a positive working relationship, encourage open communication, and identify common goals. Provide no more than three (3) re ferences, for no more than three (3) of the most recent and relevant contracts, performed within the last five (5) years. (8) AEs are required to demonstrate the capability to complete design documents, and cost estimates. (9) AEs firms, including joint ve ntures, will be required to show that they can perform all aspects of design, either by their in-house capabilities or through their subcontractors capabilities. Existing and potential Joint-Ventures, Mentor Prot?g?, and teaming arrangements are acceptab le and encouraged. (NOTE: In Block No. 2a of the SF 330, Part II, provide the Dun and Bradstreet Number (DUNS) number for the prime AE or Joint Venture. Each branch office, joint venture and/or subcontractor must have their own DUNS number. For assignm ent of DUNS number, contact the Dun and Bradstreet office at 1-866-705-5711 or via the Internet at http://www.dnb.com). The DUNS procedures replace the previous ACASS system/procedures. All contractors, to be eligible for award of a Government contract, MUST be registered in CCR. Contractors may register via the CCR Internet site at http://www.ccr.gov or by contacting the DOD Electronic Commerce Information Center at 1.888.227.2423. Faxed responses to this request are preferred and should be sent to: Fa x Number: (817) 886-6403 or (817) 886-6410, ATTN: Joan LoRe. Any email responses to this request for information should be sent to: charles.mcgregor@swf02.us ace.army.mil and joan.lore@swf02.usace.army.mil. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL OR FAX. The due date and time for responses to this announcement is 4:00 pm local time for Fort Worth, TX, on 29 December 2005. Point of Contact for Contracting i s Joan LoRe at (817) 886-1086, or Technical Manager Charles McGregor at (817) 886-1708.
 
Place of Performance
Address: US Army Engineer District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
Country: US
 
Record
SN00950352-W 20051214/051212212203 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.