Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOURCES SOUGHT

C -- Architect & Engineering Services, IDIQ, 16-R-AESC - SF 330 Part I & II - SOW, A&E Services, 4 Jan 16

Notice Date
2/16/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
 
ZIP Code
28307-0120
 
Solicitation Number
W91248-16-R-AESC
 
Archive Date
3/7/2016
 
Point of Contact
Michael Hoover, Phone: 9109081921, Linda F. McLean,
 
E-Mail Address
michael.t.hoover12.civ@mail.mil, linda.f.mclean.civ@mail.mil
(michael.t.hoover12.civ@mail.mil, linda.f.mclean.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work, Architect & Engineering Services SF 330 Part I & II This is a SOURCES SOUGHT. IT IS NOT A SOLICITATION NOR DOES IT GUARANTEE A SOLICITATION WILL BE ISSUED. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. Any information submitted to this Sources Sought is strictly voluntary. The Mission and Installation Contracting Command Center, Fort Bragg will neither award a contract solely on the basis of this notice, nor pay for any information that may be submitted by respondents to this Sources Sought. This Notice is a request by the Government to collect information from A&E companies for the purpose of Market Research. Not providing a response to this Sources Sought will not prohibit/exclude your company from participating in any future solicitations. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. This Sources Sought is for an Indefinite Delivery, Indefinite Quantity Architect and Engineering (A-E) Services Contract to furnish Architectural and Engineering Professional Services to the Fort Campbell Directorate of Public Works (DPW). All projects and work to be performed will be located primarily within the boundaries of Fort Campbell Army Installation. All design and engineering work will be performed at the A/E's office with the exception of project site visits, meetings, inspection services, and testing which will be conducted on Fort Campbell. This acquisition is unrestricted and will be competed using A-E selection procedures in accordance with FAR 36.6, Architect-Engineer Services. The North American Industry Classification System (NAICS) code for this acquisition is 541330 for Engineering Services; Size Standard is $15 million. The A-E will perform Title 1, Title II, and other A-E services, on an as required, task order basis to include studies, conceptual designs, cost estimates, CADD produced design of alterations, maintenance, repair, and construction projects, construction management and inspection. Projects are all located primarily within the boundaries of Fort Campbell, KY. The criteria which will be the basis for selection are listed below in descending order of importance: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in Department of Defense work, with an emphasis on facilities maintenance; (3) Capacity to accomplish the work in the required time; (4) Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location of the physical office(s) of the A/E within 100 miles from Fort Campbell - Gate #4 located on Highway 41 (Fort Campbell Blvd.) and approximately 0.25 mile north of the Kentucky/Tennessee State Line. (6) CADD capability and compatibility with Auto CADD (2011, or latest version) and capability to digitize existing drawings for CADD use. (7) Availability of all A -E disciplines in house. (8) Demonstrated success in energy conservation pollution prevention, waste reduction and use of recovered materials. Contract shall be Firm Fixed Price for one year, plus four (4), one-year option periods. A minimum of $2,500.00 one-time fee will be guaranteed to the awardee A-E firm over the life of the contract including any exercised options. The maximum contract amount shall not exceed $1,000,000.00 for the life of each contract. The minimum Task Order amount is $2,500.00 and the maximum Task Order amount is $1,000,000.00. Any Task Order amount exceeding $1,000,000.00 will require prior agreement between both parties. This contract will be solicited and awarded in accordance with FAR Part 36 and the Brook Act (Public Law 92-582). THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT INTEREST FROM QUALIFIED PRIME CONTRACTORS who are Small Businesses, HUBZone small businesses, Woman owned small business concerns, Economically Disadvantaged Woman-Owned Small Business, 8(a) small businesses, or Service disabled veteran-owned small businesses and who intend to submit a proposal for this sources sought MUST submit the following by e-mail to Michael Hoover at michael.t.hoover12.civ@mail.mil by the close of business on 2 March 2016. Firm's response to this Sources Sought shall be limited to 10 pages and shall include the following information: 1. Firms desiring consideration must complete the Standard Form 330, Parts I and II, Architect-Engineer Qualifications. The Standard Form 330 is limited to 10 pages. 2. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 3. A positive statement of your intention to submit a proposal when this solicitation is posted as a Prime Contractor. Send the above requested information in an email to Michael Hoover at michael.t.hoover12.civ@mail.mil. Please request a read receipt to ensure your email is properly received. Deadline for receipt of the above information and the Standard Form 330 in the Mission and Installation Contracting Command is 4:30 pm (EST), Tuesday, 2 March 2016. This is not a Request for Proposal. The NAICS code for this procurement is 541330. Registration under this NAICS code is required. All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/ NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eadb6660e1ee96c5a241c978b09e72dc)
 
Record
SN04021000-W 20160218/160216234631-eadb6660e1ee96c5a241c978b09e72dc (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.