Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2017 FBO #5826
SOURCES SOUGHT

C -- MEDICAL FACILITIES ARCHITECT-ENGINEER SERVICES (MFAES) 3.0

Notice Date
11/3/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY18R0008
 
Archive Date
1/4/2018
 
Point of Contact
Wesley Dale Dewar, Phone: 2568955520, LASHONDA SMITH, Phone: 2568957795
 
E-Mail Address
Wesley.D.Dewar@usace.army.ml, LASHONDA.SMITH@USACE.ARMY.MIL
(Wesley.D.Dewar@usace.army.ml, LASHONDA.SMITH@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified business sources under North American Industry Classification System (NAICS) 541330 (Engineering Services). The Small Business size standard is $15 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For market research purposes both small and large businesses should provide responses. 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Engineering and Support Center (CEHNC) will select Architect-Engineer (A-E) firms for the following architecture and engineering services specific to Army and Air Force medical facilities: Facility design services, A-E technical support, engineering surveys and assessments, engineering studies, facility planning, solicitation and bid document preparation, commissioning, and AE construction phase services. These services intended to be procured through task orders using Indefinite Delivery Contracts (IDC). These IDCs will primarily support the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA) as well as other DoD and non-DoD customers. The contracts addressed by this notice will provide A-E services for projects both inside and outside the contiguous United States. Possible nations outside the U.S. include Afghanistan, Germany, Italy, Japan, and Korea. The Government is considering to set-aside a portion this acquisition to small businesses. As a result, the Government is performing market research in order to determine what business, small or large, possess the capability to execute some of the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone and/or Service Disabled Veteran Owned, and woman owned). Interested business firms who meet the capability requirements identified in this notice are requested to reply to this notice with a response to the Capability Questionnaire presented below. If no experience or capabilities are associated with a particular question, so indicate. Based upon responses received from both small and large businesses, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. Any contracts awarded are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. CEHNC anticipates awarding contracts for one base year and four (4) one-year option periods for a total of 5 years if all option years are exercised. The program capacity shared by all awarded contracts will be approximately $160M. Over the last five years, this work has resulted in task orders ranging from $20 thousand to $6 million. It is planned that future task orders will have a multimillion dollar capacity. It is expected that a selected firm would be able to execute at least two task orders simultaneously with a total combined fee of $1.5M over a 6-month period or a single task order with a fee of $3M over a 12-month period. 2. PROJECT INFORMATION: The objective of this contract is to provide engineering and architectural services primarily in support of the USACE Medical Center of Expertise & Standardization (MCX) and the Defense Health Agency (DHA). Support may also be provided to other non-DoD customers (such as the Department of Veterans Affairs (DVA)) on an as-needed basis. This contract is intended to provide a full spectrum of architect-engineer services related to the construction, upgrade, maintenance, repair, and/or demolition/disposal of military healthcare facilities (hospitals, medical clinics, dental clinics, medical laboratories, etc.). These services may include but are not limited to: A-E design services, criteria and specifications development/updates, engineering surveys and assessments, engineering studies, Request for Proposal (RFP) development and other document preparation, design reviews, economic analyses, environmental documentation, permitting, feasibility studies, geotechnical investigations, topographical mapping services, engineering design during construction, facility planning, commissioning, construction phase services, and engineering research. Design requirements may need to consider applicable host nation design codes and standards at OCONUS sites. The work will, in some cases, necessitate travel to work sites and Government installations for the purposes of data collection, meetings, etc. However, at least 80% of the work is anticipated to be performed in the home offices of the A-E firm. The contracts addressed by this notice will provide A-E services for projects both inside and outside the contiguous United States. Possible nations outside the United States include Afghanistan, Germany, Italy, Japan, and Korea. 3. SUBMISSION REQUIREMENTS Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 ½" X 11" pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the Project Information section of this Sources Sought Notice. Computer files must be compatible with the latest version of Microsoft Word. Submit responses to email address MFAES@usace.army.mil and to Wesley.D.Dewar@usace.army.mil. Submissions shall be received by no later than 4 DEC 2017. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to email address MFAES@usace.army.mil, and copy to Wesley.D.Dewar@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. CAPABILITIES QUESTIONNAIRE Note: For the purposes of this questionnaire, medical facilities shall include hospitals, medical clinics, dental clinics, research facilities and laboratories. Please respond to all questions as completely as possible. SECTION 1: GENERAL 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code: Is your firm registered under NAICS Code 541330 for Engineering Services? 5. Responsible Point of Contact (Name, telephone and email): 6. Check All That Apply: Our firm is a - (using NAICS Code 541330, with $15M size standard) 8(a) Small Business _____ Service-disabled Veteran-owned Small business (SDVOSB) _____ HUBZone Small Business _____ Small Disadvantaged Business ______ Woman-Owned Small Business ______ Native American _____ Alaskan Native _______ Small Business ______ Large Business ______ SECTION 2: CONTRACTOR ARRANGEMENT Our firm will be proposing on this project as a: Prime Contractor (if small business) -Please provide the following information relative to your firm: Prime contractor (SB) performing 50% of the work - The current team member you plan to propose with as a subcontractor (Insert business name, business size, cage code, and work which will be subcontracted), state specifics about the prime and subcontractors experience. Prime contractor (SB) performing 100% of the work - provide specifics about the firms experience as a prime contractor Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) - Prime Contractor with a mentor protégé arrangement - (please provide the firm you current have an arrangement with and the length time), provide specifics about the prime and subcontractors experience. SECTION 3: CAPABILITY 1. Describe and cite detailed examples which represent the breadth and depth of Architect-Engineer service work that your firm has provided for the Department of Defense over the last five years related to healthcare facilities (This could be any work related to the work described in paragraph (2) Project Information as above). 2. Please describe the volume of work that your firm performs relative to military healthcare facilities. Briefly describe the three most complex jobs that your firm has performed in the last three years related to military healthcare facilities and the fee charged for these services. Please ensure one of these projects is related to military healthcare facility design. 3. Describe your key personnel who have primarily worked military healthcare projects in terms of their qualifications, credentials, professional experience, and years of experience. 4. Provide specific details on your current and projected capacity to perform the ADDITIONAL workload of two relevant task orders ranging in value from a total combined fee of $1.5M over a 6-month period. Provide information on the magnitude of simultaneous task orders that your firm can handle. 5. Provide specific details on your current and projected capacity to perform the ADDITIONAL workload of a single task order with a fee of $3M over a 12-month period. Provide information on the maximum value of a design task order that your firm can handle. 6. Does your firm have the ability to work on A-E projects located either CONUS or OCONUS (if yes, list all locations)? Are there any limitations on where you can work? 7. Does your firm possess, or have the ability to possess the required licenses, permits and or certifications to perform A-E services (list all states and licenses you currently possess)? 8. Reference section 2.0 PROJECT INFORMATION, above, are there any requirements listed that would prohibit your firm from proposing as a prime SB contractor (list the reason if any)?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY18R0008/listing.html)
 
Place of Performance
Address: The contracts addressed by this notice will provide A-E services for projects both inside and outside the contiguous United States. Possible nations outside the U.S. include Afghanistan, Germany, Italy, Japan, and Korea.The contract will be awarded and administered by CEHNC -, Huntsville, Alabama, 35816, United States
Zip Code: 35816
 
Record
SN04731086-W 20171105/171103230654-d82cf9edf45e1fcc38f4db961eccfcfe (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.