Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2018 FBO #5930
SOURCES SOUGHT

C -- Sources Sought - A&E Services, IDIQ Contract, WA National Guard

Notice Date
2/15/2018
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Washington, Building 32, Camp Murray, Tacoma, Washington, 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
W912K318R6001
 
Archive Date
3/31/2018
 
Point of Contact
Matthew J. Berube, Phone: 2535122186
 
E-Mail Address
matthew.j.berube2.mil@mail.mil
(matthew.j.berube2.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Washington National Guard (NGWA) intends to issue a synopsis for Architect and Engineering Indefinite Delivery- Indefinite Quantity (IDIQ). Architect-Engineer Contractor (A-E) services required to provide multi-disciplinary engineering services for fully designed projects and design build project documents throughout the State of Washington. NAICS Code is 541310- Architectural Services. The A-E firm must be capable of responding to and working on multiple task orders concurrently. As a result of this announcement NGWA intends to award a maximum of two (2) individual Indefinite Delivery Indefinite Quantity (IDIQ) contracts to provide A-E services in support of the Washington National Guard's unit mission requirements. These are not requirements contracts. These contracts will consist of a base year award period and 4 one-year option periods. Total contract period, to include options, shall not exceed five (5) years. The total of individual task orders placed against each contract, base period and all exercised options, shall not exceed $5,000,000.00 to any single A-E contract. Work will be issued by negotiated firm-fixed price task orders. Task Orders will be primarily for projects with a construction value typically between $100,000 and $5 million dollars; however, as required, smaller projects will be executed under this contract. Projects to be designed are not yet determined and funds are not presently available. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. All A-E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. Typical work includes, but is not be limited to; providing scope, development, planning, concept development, interior design, environmental studies, feasibility studies, program analysis, design review, value engineering reviews, consulting/design-build/construction management for work, building designs for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building addition and/or building renovations. Additional services that may be required include, but are not limited to, preparation of designs, plans, drawings, life-cycle cost analysis, construction cost estimates, project specifications; fact-finding studies, surveys, investigations, provide sustainable and LEED design services, providing historic building technological services, advisory services on Source Selection Boards, other professional AE services not necessarily connected with a specific construction projects; preparation of Design-Build Proposal Statements of Work; and, supervision/inspection of projects under construction, to include inspection and oversight of projects contracted as Design-Build projects. THERE IS NO SYNOPSIS OR SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership (small business, Hubzone, Large etc.) for the organization. 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [ Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to: 1) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. 3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESS, WOMEN OWNED SMALL BUSINESSES, HUBZONE and other SOCIO- ECONOMIC PROGRAMS. The Government would like to receive feedback from all interested small business, and other socio-economic business not mentioned above. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by March 16, 2018 NLT 3:00 pm PST. All responses under this Sources Sought Notice must be emailed to usaf.wa.194-wg.list.fal-msc-contracting@mail.mil. If you have any questions concerning this opportunity please contact: MSgt Matt Berube, usaf.wa.194-wg.list.fal-msc-contracting@mail.mil or 253-512-2186.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/W912K318R6001/listing.html)
 
Place of Performance
Address: Camp Murray, WA, Joint Base Lewis McChord, WA, Fairchild AFB, WA, Other potential sites off main installations, United States
 
Record
SN04824974-W 20180217/180215231924-19eecfc3f6fa1c9c12557f9c7958dc21 (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.