Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2014 FBO #4495
MODIFICATION

C -- Architectural Services in support of the Interior Design Services Program

Notice Date
3/14/2014
 
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-14-R-0036
 
Response Due
3/27/2014
 
Archive Date
5/13/2014
 
Point of Contact
Martin Bushey, 2568951119
 
E-Mail Address
USACE HNC, Huntsville
(martin.bushey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
IN SUPPORT OF THE U.S. Army Engineering and Support Center, Huntsville, AL (CONUS & OCONUS) 10 March 2014 Solicitation Number: W912DY-14-R-0036 Architectural Services in support of the Interior Design Services Program Notice Type: Sources Sought Synopsis: This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541310 (Architectural Services). This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT A REQUEST FOR A STANDARD FORM 330 nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville is seeking capability statements from Architect-Engineer (AE) firms interested in proposing on an Indefinite Delivery type service contract for design services in support of the Centralized Furnishings Program. Any contracts awarded are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. Firms will be selected for negotiations based on demonstrated competence and professional qualifications for the required work. The Centralized Furnishings Program provides furniture, fixtures and equipment (FF&E), technical support, comprehensive interior designs, design services related to new construction, and upgrade, maintenance and repair of various military facilities. Programmatic support services such as in-house Architectural and Engineering Support and Project Management type services will be integral to this contract as well. The contract is anticipated to be used for projects in support of the US Army Centralized Furnishings Program with services to be provided on a worldwide basis. Each contract will consist of one year base period with four one year options for a total of five years. The total amount of each contract over the five year ordering period is expected not to exceed $1,800,000.00. The program capacity shared by all awarded contracts will be approximately $9,000,000.00. The selected firms must be able to execute two simultaneous task orders ranging in value from $20,000.00 to $250,000.00 Work will be issued by negotiated firm-fixed price task orders. The initial contract is anticipated to be awarded in Fiscal Year 2015. The Government is performing market research in order to determine the firms that possess the capability to execute the requirements within this acquisition. Interested firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the questions presented below. If no experience or capabilities are associated with a particular question, so indicate. This contract is intended to provide various levels of design services and other associated services for the Centralized Furnishings Program. All technical discipline services required to accomplish the tasks shall also be provided. PROJECT REQUIREMENTS Centralized Furnishings Projects addressed within this notice may include, but are not limited to, unaccompanied housing, administrative facilities and general office spaces at various CONUS and OCONUS locations. The contractor will be required to develop FF&E Request for Qualification (RFQ) documents by coordinating the user requirements with the design, existing conditions and function of use. The contractor will be required to develop non-proprietary furniture item descriptions (FID) through knowledge of and experience with major furniture manufacturers. The contractor will be required to perform technical review of manufacture or vendor FF&E quotes against the RFQ's FID and other technical direction of the RFQ. The contractor will be required to survey facilities to develop requirements for FF&E packages and CIDs. The contractor will be required to inspect complete installations assuring that furniture meets the FID quality and RFQ quantities. The contractor will be required to develop and record findings of deficiencies and missing items. The contractor will be required to development of structural interior design (SID) and comprehensive interior design (CID) packages in accordance with design instructions applicable to specific projects. The contractor will be required to develop presentation boards if required for specific projects. Occasionally, the contractor will be required to support will be needed from other disciplines to successfully configure a facility to adapt to new uses or expand areas to fit missions larger than the areas of a facility that was provided and the multi-discipline design support will be required. The contractor will be required to produce design drawings in a format fully compatible with the latest versions of Microstation and Autocad and the capability to perform Building Information Modeling (BIM). SUBMISSION REQUIREMENTS The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541310 (Architectural Services). Interested firms should submit their reply in Microsoft Word format by email to martin.bushey@usace.army.mil. Firms should furnish the information describing the relevant demonstrated experience and qualifications in the following format: Submissions should be made in writing by 27 March 2014 Should not exceed 10 one-sided, 8 quote mark x 11 quote mark pages New Times Roman, font size 12 Microsoft Word 2003 compatibility The submission will address all questions in the Sources Sought Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, SF330,etc.) will not be considered. Questions concerning submissions should be directed to Martin Bushey, Contract Specialist at 256-895-1119 (martin.bushey@usace.army.mil) or Shirley Martin, Contracting Officer at 256-895-1642 (shirley.a.martin@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. SOURCES SOUGHT QUESTIONNAIRE 1.What is the name of your business? 2.What is your business address? 3.Identify a responsible point of contact who can be contacted regarding your response, their phone number and email address. 4.Is your firm a certified 8(a) small business, certified HUBZone business and/or Service Disabled Veteran owned concern? (Specify all that apply) 5.Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s) and/or a joint venture? (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, as well as 8(a) Program regulations described in 13 CFR 124.513.) 6.If you currently have a joint venture, provide details of the effort, the members specified and a copy of the joint venture agreement. 7.Experience: Has your company delivered or are you in the process of delivering A-E Services for furniture, fixtures and equipment (FF&E) technical support and comprehensive interior designs? If so, provide customer references, locations, scope of effort, dollar value and dates for efforts performed within the past five years. 8.Capabilities: Does your company have the qualified, experienced personnel to provide A-E Services relative to interior design? Provide the number of qualified key personnel, minimum and maximum years of experience and the average years of experience. 9.Capacity: Provide specific details on your current and projected capacity to simultaneously execute requirements for two CIDs. Provide information on the magnitude of simultaneous task orders that you can handle. 10.Management: Does your firm have the capacity to manage A-E Services in a cost effective, timely and contract conforming manner? Please provide specific examples based on previous projects. 11.Quality: Does your firm have experience in providing and maintaining an effective quality control program? Provide examples. 12.Work Location: Does your firm have the ability to work anywhere CONUS or OCONUS? Are there any limitations on where you can work? Please identify any OCONUS locations along with Project Titles and descriptions where you have performed work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-14-R-0036/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03311525-W 20140316/140314234839-f39a6592e10b1cc7e6994482f6bef43b (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.