SOURCES SOUGHT
C -- Architect and Engineering Services
- Notice Date
- 1/28/2015
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- FA465900000000
- Archive Date
- 2/26/2015
- Point of Contact
- Elizabeth Squires, Phone: (701) 747-6103, Queen E McCartney, Phone: (701) 747-5287
- E-Mail Address
-
elizabeth.squires@us.af.mil, queen.mccartney@us.af.mil
(elizabeth.squires@us.af.mil, queen.mccartney@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION PART 10.002. THIS IS NOT A REQUEST FOR PROPOSAL. The Air Force is seeking sources for a potential competitive 100% set aside for 8(a), HUBZone, Service Disabled Veteran Owned Small Business, or Small Business concerns. The purpose of this sources sought notice is to obtain information on qualified and experienced contractors interested in an architect-engineering (A-E) services contract. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. The Architect - Engineering Services contract is a Firm-Fixed Price (FFP) requirements contract for architect-engineering services, located at Grand Forks AFB and Cavalier AFS, ND, which consists of services for design, consultant studies and construction inspection services that will be performed in conjunction with construction, minor alteration, remodeling, and maintenance type projects to include preparation of drawings and specifications. Various types of A-E services such as consultant studies, investigation, surveying, inspection, drafting, reports, base comprehensive plans, and cost estimates may also be required. Projects may require various combinations of disciplines and requirements to include, but not be limited to: architectural, landscape architecture, civil, airfield pavements, structural, mechanical, electrical, environmental, corrosion prevention, cathodic protection, fire protection, energy conservation, pollution prevention, waste reduction, and the use of recovered materials. A contract magnitude of between $5,000,000 and $10,000,000 is applicable. The total period of performance shall be one base year and four, one-year options. Work to be performed will be within the North American Industry Classification System (NAICS) Code 541310, Architectural Services, and the small business standard of $7.5M. If your firm has an interest in submitting a capabilities statement as described above, please prepare and transmit a Capability Statement to TSgt Elizabeth Squires and Mrs. Queen McCartney via mail addressed to 319 CONF/LGCA, 575 Tuskegee Airmen Blvd Bldg 418, Grand Forks AFB, ND, fax to (701) 747-4215, or email to elizabeth.squires@us.af.mil and queen.mccartney@us.af.mil, not later than 2:00 PM CST, 11 February 2015. If emailing your response, please note that due to increased firewall protections some emails may be blocked; therefore, follow-up via telephone at (701)747-6103 or (701)747-5287 (if an acknowledgement is not received back via email) it is strongly recommended to ensure receipt of your submission by the Government. Request interested firms respond to this notice and include the following in their Capability Statement: (a) Firm's INFORMATION [name, address, phone number, CAGE Code]; (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, small business, large business, etc.]; (d) CAPABILITY STATEMENT [Interested contractors must demonstrate a history of relevant architect and engineering services experience with a primary focus on Firm Fixed Price (FFP) type contracts and include a profile of experience and revenue (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; (e) INDUSTRY STANDARDS [Interested contractors must demonstrate a history of relevant architect and engineering services experience utilizing industry standards]. (f) PERCENT OF WORK the firm can commit to accomplishing architect - engineering services with in-house (no subcontracted) labor. Interested contractors must provide the above information to the points of contacts listed herein. Information submitted shall be in sufficient detail as to allow for government review of firm's interest and capabilities. Responses shall be limited to six (6) pages. The government reserves the right to set this acquisition aside for Small Business, 8(a), HUBZone, or Service Disabled Veteran Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside the acquisition or solicit on an unrestricted basis, a solicitation will be posted on this website. This request for information (RFI) notice is issued for planning purposes only. This is not a Request for Proposal (RFP). Responses to this notice will assist the government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the government to award a contract, issue a solicitation, or pay for any proposal preparation costs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA465900000000/listing.html)
- Place of Performance
- Address: Grand Forks AFB, Grand Forks, North Dakota, 58204, United States
- Zip Code: 58204
- Zip Code: 58204
- Record
- SN03626785-W 20150130/150128235018-c9f3144ff75a6d9ae2bedd380b06a385 (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 |