Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
SOURCES SOUGHT

C -- Architect-Engineer Services

Notice Date
5/18/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Research Center, 503 Robert Grant Ave., Contracting Dept, Bldg 500, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
N63116-16-Q-0012
 
Archive Date
6/11/2016
 
Point of Contact
Agnes M. Ramos, , Brendan Place,
 
E-Mail Address
agnes.m.ramos.civ@mail.mil, brendan.place.ctr@mail.mil
(agnes.m.ramos.civ@mail.mil, brendan.place.ctr@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Architectural & Engineering SERVICES NAVAL HEALTH RESEARCH CENTER MARKET SURVEY REQUEST: THIS IS A REQUEST FOR INFORMATION ONLY for market research and planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. BACKGROUND: Naval Health Research Center (NHRC) has facility maintenance and minor construction projects that require Architectural and Engineering Services on the NHRC campus. The contractor may be required to develop, test, plan and implement designs in accordance with the current civil, electrical, mechanical, environmental and any applicable engineering standards, American with Disabilities Act (ADA), Historic Preservation, Sustainable design, LEED certifications as applicable. In addition, the contractor shall conduct visual inspections of the site or facility for familiarization with scope, dimensions, and general conditions in coordination with NHRC's Facilities and Operations Department. Post completion of the proposed project the Engineer, or Architect will offer a presentation of their findings of their work. SERVICES: The Contractor will perform the following Architect-Engineer Services in a first class manner and highest commercial quality and industry standards. • Site Investigations • Environmental Studies and Surveys • Project Design Analysis (Including but not limited to civil, structural, electrical, solar, and interior design work) • Presentation of Findings • Preliminary and Final Project Drawings • Technical Specifications • Cost /Time Estimates • Evaluations of activities to validate plan conformance. • Contract performers must possess sufficient resources, knowledge and experience to fulfill contract requirements. SUBMITTALS: Interested parties shall respond by specifying if they have the ability to provide the services that expressly meets the parameters listed above. Interested Parties shall submit a short summary (no more than 5 pages total) describing their companies' capabilities in each of these areas. Interested Parties shall provide business size status based upon NAICS code 541330, Small Business Size Standard of $15.0 Million, and CAGE code as registered at SAM.gov. Interested Parties shall submit the summary package via email by 1:00PM PST on the Government's requested date of May 27, 2016. Interested parties shall submit information in response to this RFI to: Brendan Place, brendan.place.ctr@mail.mil. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered. Questions concerning this RFI may be addressed by contacting: Brendan Place, brendan.place.ctr@mail.mil. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors offering services that they believe would be suitable for the services as described herein shall submit all supporting documentation requested by this RFI to the POC noted above. Please provide information on your organization in the following areas; 1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address. 2. DUNS Number and Cage Code 3. Confirmation of Current Active Registration in System for Award Management (SAM) 4. Primary NAICS Code(s) and Business Size (i.e., small/large) 5. Small Business Categories: HUBzone, 8(a), SDVOSB, WOSB, etc. 6. Performance Capabilities Brochures Literature 7. Proof of Local Work Capabilities (i.e., past performance contract number/ point of contact) PROVISIONS AND CLAUSES: 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Market Research and Planning Purposes Only. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/12caa0077c149aa15ec632b64447a68a)
 
Place of Performance
Address: Naval Health Research Center, 140 Sylvester Road, San Diego, California, 92106, United States
Zip Code: 92106
 
Record
SN04121355-W 20160520/160518234853-12caa0077c149aa15ec632b64447a68a (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.