Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2014 FBO #4680
MODIFICATION

C -- Indefinite Delivery Contracts for Architect-Engineer Services, Northwest Division, USACE

Notice Date
9/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F14SM012
 
Response Due
10/2/2014
 
Archive Date
11/14/2014
 
Point of Contact
Donna Larson, 402-995-2066
 
E-Mail Address
USACE District, Omaha
(donna.r.larson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice identification number: W9128F-14-S-M012 This is a SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE. Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. This announcement is part of our market research, and your responses are sought to identify sources that have the knowledge, skills, and capability to perform the work through a potential Multiple Award Task Order Contract (MATOC). The responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions for this project. Responses are to be sent via email to donna.r.larson@usace.army.mil no later than 2:00 p.m. CDT, 2 October 2014. The U.S. Army Corps of Engineers, Omaha District is conducting market research to identify sources (Small Businesses) that qualify under the NAICS Code 541330. The Protective Design Mandatory Center of Expertise (PD-MCX) of the U. S. Army Engineer District, Omaha (CENWO) seeks qualified Architect and Engineering (A-E) firms in the Small Business Community members interested and capable of providing A-E services security and force protection measures for DoD and other Federal facilities in the Continental United States, Alaska, and Hawaii. This sources sought announcement is part of the Government's market research and hereby invites interested firms to submit a response to demonstrate their technical, managerial and business capability to provide the services specified herein. Anticipated Scope of Services: The Government anticipates issuing an indefinite delivery/indefinite quantity (IDIQ) professional services contract as a small business set aside for the services described in this announcement. The anticipated types of services are architectural and engineering: Studies and reports on existing and proposed architectural engineering technologies, Architectural and engineering analyses and designs, and Preparation of construction plans, specifications, and construction cost estimates. The anticipated task orders to be issued under the IDIQ include the aforementioned A-E services for: Security, protective, and antiterrorism measures; Design of ACP and ECF with appurtenant engineering (mechanical, electrical, structural, foundation, transportation, geometric design, etc.), Sensitive compartmented information facilities (SCIF); and Surveys and assessments of the security, protective, and antiterrorism measures for existing facilities. Special Restrictions: Some projects under the proposed IDIQ contract would receive, process, and store classified information up to the SECRET level. A-E firms that would perform work under the anticipated IDIQ must have: U.S. Citizens on staff, with a SECRET clearance, capable and qualified to perform the anticipated project work. Access to a Defense Security Systems (DSS) certified computer system. Submission Requirements: If interested, qualified, and capable of performing the anticipated scope of services, please submit a response in three parts: Submit the following information on a title page: Name and address(es) of the A-E firm. DUNS number. Small Business Community category or categories (e.g. SDB, HUBZone, SDVOSB, etc.) of the A-E firm. Corporate affiliations, if any. Name and contact information of the individual representing the firm for this announcement. Demonstrate interest, qualifications, and capability to work on anticipated task orders by submitting the following: The CAGE CODE of the firm to demonstrate the ability of their office and their staff to handle, process, and store hard and electronic copies of classified information up to the SECRET level. Ability to perform at least 50% of the labor (as measured by labor effort) with their own personnel per FAR 52.219-14. Ability to travel to and access military installations and other Federal facilities throughout the Contiguous United States, Alaska, and Hawaii. Demonstrate interest, qualifications, and capability to work on the topics of anticipated task orders by submitting recent (within the last 5 years) experience with the topics listed in the quote mark Anticipated Scope of Services quote mark paragraph above. Limit experience portion of the submission to 5 pages or less. All interested Offeror/Contractors should submit their information to Donna Larson via email only, Not Later Than 2:00 p.m. CDT, 2 October 2014. Email address: donna.r.larson@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F14SM012/listing.html)
 
Place of Performance
Address: USACE District, Omaha 1616 Capital Ave, Omaha NE
Zip Code: 68102-4901
 
Record
SN03511842-W 20140917/140916000104-ae25cbe091559da69ab3321631c1ca23 (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.