MODIFICATION
C -- REVISION TWO TO SOURCES SOUGHT ANNOUNCEMENT: NAICS CODE CHANGE TO 541310 FOR PLANNING AND PROGRAMMING A-E SERVICES FOR CONUS AND OCONUS LOCATIONS.
- Notice Date
- 3/30/2011
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-11-R-0017
- Response Due
- 4/12/2011
- Archive Date
- 6/11/2011
- Point of Contact
- Melody Hinkle, 256-895-1843
- E-Mail Address
-
USACE HNC, Huntsville
(melody.f.hinkle@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Planning and Programming A-E Services for the US Army Engineering and Support Center in Huntsville, Alabama (CEHNC) This sources sought notice is intended for market research purposes, and is not a solicitation. The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. It is the Governments intent to consider awarding all or part of this acquisition under the authority of the Small Business Program (see FAR Part 19). The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for further small business preference programs. Any small business concern that meets the minimum requirements identified within this announcement may indicate its interest to propose as a prime contractor for this acquisition whereby the work will be performed either (1) 100% by the concern or (2) at least 50% performed by the concern and the remaining work subcontracted. If a single firm lacks the necessary capacity or capability to perform the contract on its own, a teaming arrangement (i.e. two or more companies form a teaming arrangement or joint venture to act as a potential prime contractor) is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing the 8(a) Program teaming arrangements/joint ventures are described in the Code of Federal Regulations at 13 CFR 124.513. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules governing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403 (c) and 13 CFR 125.15(b). You may obtain these regulations at the following websites: (1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html (2) Federal Acquisition Regulation - http://www.arnet.gov/far/. The US Army Engineering and Support Center in Huntsville, Alabama (CEHNC), Planning and Programming Branch of the Installation Support and Program Management Directorate intend to solicit and award a multiple award IDIQ contract for Planning and Programming Architect-Engineer Services. This contract is intended to provide master planning, identifying and quantifying facility requirements, facility management, facility Utilizations Studies, land use requirements studies and analyses, project programming documents, and operations and maintenance of military installations. This contract will support the functions covering identification of requirements, master planning, project programming, and facilities management in accordance with Army Regulation AR 210-220 (Real Property Master Planning for Army Installations), DA PAM 420-1-2 (Military Construction Army and Non-Appropriated-Funded Construction Program Development and Execution), AR 420-1 (Army Facilities Management, 28 March 2008), Sustainable Design and Development Policy Update (Environmental and Energy Development) Memorandum 27 October 2010, as well as other related Army regulations and guidance and the regulations for the other military services. The Federal Government must ensure that federally funded facilities and military installations are planned and programmed in support of Government agencies to include but not limited to: Office of the Chief of Staff for Installation Management (OACSIM); Health Facilities Planning Agency (HFPA); Headquarters, Installation management Command (HQ,IMCOM); Department of Army Management Office; and Headquarters, U.S. Army Corps of Engineers. NAICS: 541310 Architectural ServicesSize Standard: $4.5M The Contractor may be required to provide planning and planning-related studies related to military installation facilities, and related items such as construction programming documents, installation environmental documents, installation mapping and geographic information systems, and utility support studies. The subject customers have specific work requirements through the Continental United States (CONUS), United States Territories, and Outside Continental United States (OCONUS) to include but not limited to Alaska, Hawaii, Eastern and Western Europe, Korea, Japan and Honduras locations. All technical discipline services required to accomplish the tasks shall also be provided. Specific undertakings include, but are not limited to, the following: Prepare Installation Real Property Master Planning Documentation for approval Coordinate and facilitate Planning Charrette Workshops Prepare Land Use Requirements Studies and Alternative Analyses Prepare Summary Development Plans as part of a Master Plan Prepare Installation Real Property Master Plans (RPMP) and Master Plan Digest Prepare Installation Area Development Plans Prepare Utility Support Studies and Detailed GIS Drawings Prepare Stationing Guides Prepare Solutions (COAs) for DOA Sustainability Requirements and Goals Provide proven projects solution for Epact07 and ERISA Requirements for MCA Coordinate NEPA Documentation with installation staff for MCA projects Coordinate installation Environmental Studies for possible impact to the RPMP Prepare Installation Compatibility Use Zone (ICUZ) Studies Prepare Airfield Installation Compatibility Use Zone (AICUZ) Studies Prepare Land Use Studies Prepare Force Modernization/Force Integration Studies/Unit Set Fielding Studies Prepare Full and Front Page DD Form 1391's and 1390's Prepare and review Engineer Form 3086 cost estimates Prepare DD1391 OMA and OPA Quantities and Estimates for MCA Projects Prepare and Substantiate DD Form 1391 Economic Analyses Prepare Business Process Reviews Utilize installation Geographic Information Systems Data and Maps Utilize Aerial Photography to show RPMP project sites Prepare renderings Assist installation staff with site selection for MCA projects Prepare Facility Utilization Studies. Prior Government contract experience is not required for submitting a response under this source sought notice or for submitting a proposal under the future planned solicitation. However, all construction performance must be in compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM385-1-1 (a copy may be obtained at the following website address: (http://www.usace.army.mil/usace-docs/eng-manuals/em385-1-1/toc.htm) and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. In addition, OCONUS work performed in support of this program must be in compliance with applicable host nation requirements. All responsible sources interested in this acquisition are encouraged to register with the federal business opportunities website as an interested vendor. You are also encouraged to register on the federal business opportunities website to receive notification with regard to any updates posted to the federal business opportunities website for this acquisition. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this sources sought notice. All such responses will be considered by the agency. Responses/capability statements provided as a result of this notice shall include the following information: 1.Vendor(s) name 2.Business address 3.Point of Contact with Phone number and Email address 4.Business size 5.Designate if o8(a) status oHubZone status oService Disabled Veteran Owned (SDVO) status oWoman Owned status 6.Cage code as listed in the CCR. 7.Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture? Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements 8.Explain your (or teams/joint ventures) capability, of performing multiple task orders simultaneously in various geographic locations and how many locations and or projects can your company provide support to simultaneously and provide the assumed size of the projects for your estimate. 9.Explain your (or teams/joint ventures) capability, of performing work in the required geographic locations through the Continental United States (CONUS), United States Territories, and Outside Continental United States (OCONUS) to include but not limited to Alaska, Hawaii, Eastern and Western Europe, Korea, Japan and Honduras locations. 10.Explain your (or teams/joint ventures) capability and qualifications to provide Planning and Programming services for MILCON projects to include medical facilities and related projects. 11.Confirm that your company is permitted by law to practice the professions of architecture or engineering IAW FAR 36.601-4 (b). *** All responses shall be provided by 1500 hrs central time on 12 APRIL 2011 to the attention of Mr. David Curry via email to: David.M.Curry@usace.army.mil Point of Contacts David Curry, 256-895-1745 or Melody Hinkle, 256-895-1843 Email your questions to US Army Corps of Engineers, Huntsville David.M.Curry@usace.army.mil Place of Performance Task orders will be awarded for work performance throughout the Continental United States (CONUS), United States Territories, and Outside Continental United States (OCONUS) to include but not limited to Alaska, Hawaii, Eastern and Western Europe, Korea, Japan and Honduras locations..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-11-R-0017/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02412658-W 20110401/110330234255-69b9ca92ef49715eed113cb6645fe76b (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 |