Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOURCES SOUGHT

R -- This is a Sources Sought notice for Technical and Professional Enginerring Services

Notice Date
3/22/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-11-R-0039
 
Response Due
4/1/2011
 
Archive Date
5/31/2011
 
Point of Contact
Gina F. Dowdell, 703-428-0668
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(gina.f.dowdell@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command- National Capital Region at Hoffman II, on behalf of the US Army Office of the Assistant Chief Staff for Installation Management (OACSIM) Army Housing Division, intends to procure Technical and Professional Engineering Support Services using 100% using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due 1 April 2011 by 4:30 pm NO EXCEPTIONS. If at least two qualified small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified small business concerns. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns that are qualified as a HUBZone, or small business concern in NAICS code 541330 with a size standard of $4 million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed ten (10) pages and must be submitted electronically. All contractor questions must be submitted no later than 24 March 2011 at 12 noon). Small business concerns are to outline their experiences in the following areas 1.Comprehensive material and system testing-Describe your capability and experience in assessing the durability of home building products across the spectrum of influences on durability-from natural disasters to maintenance issues. Describe your certified lab/testing facilities, as well as your capability and experience in conducting testing such as stain resistance of countertop surfaces; load-strength testing of full-size walls (up to loads of 400,000 pounds); thermal conductivity of insulation materials; wind, water and structural tests on windows and doors; shear wall resistance tests; roof truss tests; floor, joist, and roof system tests for both manufactured and site-built housing; impact resistance of windows, doors, and walls. Provide the name of the organization that certifies your lab/testing facility. Describe your ability to conduct field evaluations of building products and systems across the continental United States, Hawaii, Alaska, Puerto Rico, Europe, Japan and Korea to determine the need for government constructed and owned houses. 2.Housing Community Development-Describe your capability and experience in studying housing issues at military installations specifically in regard to development of alternative approaches to solving all housing problems, including planning and scheduling all new and replacement construction, Whole-Neighborhood Revitalization of existing houses and infrastructure, and development of Installation Housing Master Plans of the approved long-term solution. Also describe your capability and experience in developing regional and Headquarters level master plan documents for family housing. Describe your experience in dealing with historic properties. 3.Housing Condition Assessment-Describe your capability and experience in conducting specialized housing and barracks condition assessments to evaluate physical condition of new, renovated and existing housing stock at Army or equivalent (i.e. Air Force, Navy, State Housing) installations for Army-owned or Army-Equivalent housing and barracks facilities and housing units privatized under the Residential Communities Initiative (RCI), providing third party assessments for key program metrics, developing reports of all discrepancies in the housing, estimating the costs to bring all housing into compliance with standards, scheduling the construction into practical phases, and preparing the appropriate information for DD Form 1391 programming documents to support the budget or providing metrics on contractor/developer performance. 4.Housing Market Assessments-Describe your capability and experience with conducting Housing Market Assessments of the availability and adequacy of private sector housing in the local communities surrounding military installations across the continental United States, Hawaii, Alaska, Puerto Rico, Europe, Japan and Korea to determine the need for government constructed and owned houses. 5.Green Building-Describe your capability and experience to advise the Federal Government on current information regarding the state of the art in Green Building, Energy-Efficiency and Sustainability, both in general and in specific as it relates to existing and future housing stocks. Describe your capability to conduct on-site energy analyses for specific houses, barracks, or housing areas on installations and develop informational and recommendation reports for implementation. Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Ms. Gina Dowdell for this procurement. A Firm Fixed Price Contract is anticipated. The anticipated period of performance will be 1 June 2011- 31 May 2014. The primary place of performance will be at the contractor's site. Contractor key personnel WILL require a current SECRET clearance. The contractor WILL NOT require a secret facility clearance. A written Request for Proposal (RFP) will be posted on or about 18 April 2011. The RFP must be retrieved and downloaded from FedBizzOpps. No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is contract specialist Ms. Gina Dowdell at gina.f.dowdell@us.army.mil or Contracting Officer Ms. Sharon Wilbon, at Sharon.wilbon@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8bd63fdf9d16db5af42f006995bc09c2)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02406481-W 20110324/110322234457-8bd63fdf9d16db5af42f006995bc09c2 (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.