Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2015 FBO #4851
SOURCES SOUGHT

C -- SOURCES SOUGHT SYNOPSIS/MARKET RESEARCH SURVEY FOR MULTI-DISCIPLINE ARCHITECTURE ENGINEER CONTRACT

Notice Date
3/5/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW15R0022
 
Response Due
3/16/2015
 
Archive Date
5/4/2015
 
Point of Contact
Kathaleen Schollard, 2539664369
 
E-Mail Address
USACE District, Seattle
(kathaleen.schollard@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY TO ASSIST THE SEATTLE DISTRICT CORPS OF ENGINEERS IN DEVELOPING A PROCUREMENT STRATEGY FOR AN UPCOMING ARCHITECT-ENGINEERING (A-E) INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) TYPE CONTRACT FOR MULTI-DISCIPLINE DESIGN AND CONSTRUCTION SUPPORT SERVICES, PRIMARILY FOR JOINT BASE LEWIS-MCCHORD, WASHINGTON. THIS IS NOT A PRE-SOLICITATION OR SOLICITATION ANNOUNCEMENT. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate pre-solicitation announcement will be published in the FEDBIZOPS. Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY are not adequate responses to any future solicitation announcement. The purpose of this notice is to gain knowledge of and determine the availability of potentially qualified Small Businesses (SB), 8(a) Small Businesses, Small Disadvantage Businesses (SDB), Woman Owned Business Small Businesses (WOSB), Economically Disadvantaged Woman Owned Small Businesses (EDWOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), and/or HUBZone Small Business sources and their size classifications relative to the North American Industry Classification System (NAICS) code of 541330, Engineering Services. For the purposes of the procurement in this study, a firm is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $15 million. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a small business set-aside is possible and/or appropriate. Please note that this research is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Corps of Engineers. However, all interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and capabilities to compete for and perform the contract described herein. Firms formally organized as design firms that have associated specifically for this project, consortia of firms or any other interested parties may submit information. Associations may be as joint ventures' or as key team subcontractor. Any legally organized Offeror may submit information, provided that the Offeror or Offeror's subcontractor has or will have professional architects and engineers, registered in the appropriate technical disciplines. ANTICIPATED CONTRACT INFORMATION: The Seattle District expects to solicit an Architect-Engineer (A-E) Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract that will include a one-year Base Period with the option to extend for four one-year Option Periods, and a maximum dollar capacity of $5,975,000.00. Individual Task Orders to be negotiated and awarded under this expected A-E IDIQ contract will be firm-fixed price, will most likely fall in the range of $2,500 - $500,000 and will be awarded up to the maximum dollar amount of $5,975,000.00. The scope and purpose of this IDIQ contract will be to provide full multi-discipline and abbreviated design services for renovation, repair and minor construction projects, as well as to provide construction support services, primarily for projects at Joint Base Lewis-McCord and its sub-installations. Individual Task Orders to be assigned will identify specific requirements. This expected A-E IDIQ contract will be solicited and procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation (FAR). SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY shall provide the prime contractor's name, address, phone number, email address and small business size status. Interested firms must provide a brief capabilities narrative indicating their specific experience with multi-discipline type design and engineering services as well as their specific interest in the anticipated contract described herein. Interested firms are also requested to provide a minimum of five (5) project examples that reflect their firm's experience with the following: -Performance of civil, structural, electrical, mechanical, environmental, fire protection, architectural and interior design, sustainable design and cost engineering services for projects located in Washington, Oregon, Idaho and/or Montana (include specific experience with projects at Joint Base Lewis-McChord, WA, if available) -Capability to support multiple ongoing multi-discipline design and engineering projects (preferably up to five ongoing projects at any given time) -Specialized experience and technical competence of the firm in performing multi-discipline design and engineering services -Professional qualifications of the firm's staff and consultants that would likely be assigned to this potential contract -Experience with LEED design certification and Incorporation of the concept and principles of Low Impact Development (LID) into planning and infrastructure construction and repair projects SUBMISSION DUE DATE/TIME: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY should be received as soon as possible but no later than 2:00 pm (Pacific Time) on Monday, March 16, 2015. Please forward responses to the attention of Kate Schollard, Contract Specialist, by email to Kathaleen.schollard@usace.army.mil, or by mail to USACE Contracting Special Projects Branch, Bldg 2015, N. 4th Street and Pendleton, Rm 337 (K. Schollard), JBLM, WA 98433-9500.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW15R0022/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03659520-W 20150307/150305233734-257da5651f2ef6cf8a8d27893d83d87d (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.