Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2009 FBO #2891
SOURCES SOUGHT

C -- A-E SERVICES ARCHITECTURAL

Notice Date
10/22/2009
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
TBD-AE01
 
Archive Date
11/14/2009
 
Point of Contact
Arminda B. Brachhold, Phone: 7193333142, William Clearwater, Phone: 7193336572
 
E-Mail Address
arminda.brachhold@usafa.af.mil, william.clearwater@usafa.af.mil
(arminda.brachhold@usafa.af.mil, william.clearwater@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT Notice for market research purposes only. Do not send proposals in response to this Notice. The Infrastructure Flight, 10th Contracting Squadron (10 CONS), USAF Academy, Colorado, seeks information concerning contractors interested in performing under A-E Services Architectural Contract (firm, fixed-price, indefinite delivery, indefinite quantity (IDIQ)with a base year and four 1-year option periods. Work will be located at USAF Academy, Colorado. The planned North American Industry Classification System (NAICS) code is 541310 (Architectural Services). The small business size standard is $4.5 million. The 10 CONS seeks input from all A-E firms interested in contracting for Architect-Engineer Services, especially SMALL BUSINESSES in the 8(a) program, HUB Zone, and Service-Disabled Veteran-Owned (SDVO), with emphasis in Architectural Designs and expertise in UNIVERSITY LIBRARIES/ACADEMIC FACILITIES design. This Sources Sought Notice shall not be construed as a formal solicitation or as an obligation on the part of the 10 CONS to acquire any products or services. Information provided to the 10 CONS in response to this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation may be executed and posted separately on Federal Business Opportunities website (www.fbo.gov) at a future date. The 10 CONS is interested only in identifying interested and capable contractors for this service and receiving industry feedback to improve the acquisition process as part of the market research. Small Business (SB) Set-Aside Determination: The 10 CONS reserves the right to determine if a SB set-aside is appropriate as well as one of the targeted socio-economic programs (HUB Zone small business, Small Business Administration (SBA) subcontractors referred to as "8(a)" contractors eligible under Section 8(a) of the Small Business Act (15 USC 637(a)), or SDVO small business, based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the 10 CONS to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of A-E Services with emphasis on Architectural Designs and expertise in UNIVERSITY LIBRARIES/ACADEMIC FACILITIES design. Summary of Required Qualifications (Note: The description is a summary of the required qualifications and is not intended to be all-inclusive): The Architect or Architect-Engineer firm shall have extensive recent experience in library designs, who will participate in the efforts to define what is included in the Library of the Future for the United States Air Force Academy (USAFA). The areas to be discussed and upgraded would include, at a minimum, how the library functions, how it is used, and moving the library from a book-based (hard copy) culture to an electronics-based library culture that embraces the use of current/emerging library technologies. The firm shall also have extensive and recent experience in university level comprehensive campus planning, including numerous and various facility types, integration of complex campus planning requirements, and demonsrated delivery of completed designs. The Architect must have an established track record (minimum 10 years) in award-winning "world class" expertise in university libraries and academic facilities designs. The general SOW will consist of multi-disciplined Architectural design services for construction projects to include a broad variety of maintenance, repair, retrofit, and infrastructure construction projects. Services required may be field investigations, recommendations, studies, reports, analysis, cost estimates, specifications, product and record document research, preparation of construction drawings, site utilization studies and master planning, and presentations to coordinating agencies. Designs may require asbestos and lead based paint removal. Title 1 services may include services for facility assessments, life safety upgrades, handicap upgrades, renovation and modernization of a variety of campus academic, housing, athletic and support facilities, and architectural and engineering studies, preliminary/concept designs, design development, construction specifications, Historic Preservation, Sustainable design, Academic facility planning, and construction estimates. Title 2 Services involve direct consultation, approval of shop drawings and material selections, as-built services, value engineering studies, and peer review services. Interested parties will provide the following information: a. Company name, address, Cage Code, DUNS Number, NAICS codes, name of point of contact, telephone number and e-mail address; b. Small business status (service disabled veteran owned small business, HUB Zone, 8(a), minority business enterprise, etc.) if any; c. Date of business type certification and company's business size. d. Annual gross revenue; number of full-time employees by direct labor, indirect labor, and administrative/overhead positions. e. Company's primary source of business (commercial/private or Government sector); Provide responses not later than 4:00 pm Mountain Daylight Time on 30 October 2009. The 10th Contracting Squadron is under no obligation to consider information received after 4:00 pm, 30 October 2009, as part of the formal market research for this acquisition. Submit all of the above information in sufficient detail for a decision to be made on the availability of interested parties. Proprietary information should be marked "PROPRIETARY INFORMATION." An electronic (email or fax) response is the accepted method. Failure to submit all information by the submission due date and time will result in a contractor being considered "not interested" in this requirement. Fax or email responses to Arminda Brachhold, Contract Specialist, fax: 719.333.6608, email: Arminda.Brachhold@usafa.af.mil. This is only a Sources Sought Notice and is NOT a Request for Proposal (RFP) or Request for Qualifications (RFQ). No solicitation is being issued at this time, and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. In accordance with DFARS Part 252.204-7004, contractors must be registered in the Central Contractor Registration (CCR) prior to award. Register at http://www.ccr.gov, or call 1.888.CCR.2423. Any future information on this acquisition (statement of work, specifications, solicitation, etc) will be posted on www.fbo.gov. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. For information on Small Business Administration programs, please contact the USAFA Director of Small Business, Robert Reyes at 719.333.4561. Pursuant to AFFARS Part 5301.9102(c), Ms. Kelly Snyder is appointed as the USAF Academy Ombudsman. The USAF Ombudsman contact information is: 10 CONS/LGC (Ms. Kelly Snyder), 8110 Industrial Drive, Suite 103, USAF Academy, CO 80840. Telephone Number: 719.333.2074, FAX 719.333.9018. Email Address: Kelly.Snyder@usafa.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/TBD-AE01/listing.html)
 
Record
SN01990690-W 20091024/091022235518-de51141d1e12dbde6d58e33c3154ee8c (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.