Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOURCES SOUGHT

C -- IDC M-325, 326, 327 for Architect-Engineer (A-E) Services within NAN/NAD Boundaries

Notice Date
3/14/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS18S0011
 
Archive Date
4/13/2018
 
Point of Contact
Orlando Nieves, Phone: 9177908078, ,
 
E-Mail Address
orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. The U.S. Army Corps of Engineers, New York District is conducting a market research to facilitate a determination of the acquisition strategy for this procurement. The determination of the acquisition strategy for this procurement lies solely with the Government and will be based on market research and information available to the Government from other sources. The New York District is conducting this market research to identify businesses which have the capability to perform A-E services within NAN/NAD Boundaries. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS NOTICE. 1. CONTRACT REQUIREMENT: The anticipated contracts, when solicited, will be procured in accordance with the Brooks Architect-Engineer Act as implemented in FAR subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541330, $15,000,000.00. To be considered a Small Business under this NAICS codes, the respondent's average revenue for the last three fiscal years cannot be more than $15,000,000.00. If the respondent's average revenue for the last three fiscal years is over $15,000,000.00, the respondent is not considered a Small Business. All respondents MUST identity their business size relative to the NAICS code. Respondents are required to state whether the firm is a Large Business, Small Business, 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business, or Service Disabled Veteran Owned Small Business. When the requirement is solicited, up to three (3) AE firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The Government anticipates issuing up to three (3) Indefinite Delivery Contract’s (IDC’s) for five (5) years each for a maximum of 60 months and will not include optional time periods. The anticipated contracts will have a total capacity not to exceed $9,900,000. If any of the contract is set-aside for Small Business, FAR 52.219-14, Limitation on Subcontracting, will be included in the contract. This clause requires that at least 51 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION: A. General Architect Engineering services to include support of Sustainment, Restoration and Modernization program, military construction programs and other non-military construction programs within NAN/NAD Boundaries. 2 A 1. QUALIFICATIONS: All interested firms are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: Demonstrated experience in the following: · Prepare construction bid documents, concept designs, final designs, design charrettes, studies (to include value engineering studies), design work involving site investigation, geotechnical reports, topographic surveys, wetland delineation and mitigation, preparation of permit applications and obtain permits, preparation of contract drawings, technical specifications and SHPO Coordination. · Design criteria for design-build contracts, and design of new construction and renovation projects for military installations and other non-military government agencies, Parametric Designs, Preparation of Concept Designs, Final Designs and Site Plans, Hazardous Materials Abatement, Antiterrorism/Force Protection, Explosive safety design, Sustainable Design/LEED, Interior Design, Cold Weather Design. · Administrative facilities, vehicle maintenance facilities, industrial facilities, training facilities, academic facilities, Aircraft Hangers, Aprons/Runways, R&D facilities, Barracks/Dormitories and infrastructure systems, whole building renovation, replacement of architectural elements, building seismic upgrade; force protection upgrades, mechanical, electrical, fire/protection/detection systems; asbestos and lead abatement services or demolition; renovation to historic structures. · Produce quality design. Evaluation will be based on the firm’s design quality management plan (DQMP) and will consider the management approach, coordination of disciplines, management of subcontractors and quality control procedures · Ability to use Building Information Modeling (BIM) technology. · Ability to prepare CADD drawings in Micro station or AutoCAD format. · Capability to execute multiple task orders simultaneously. · Construction phase services, including but not limited to design during construction, preparation of operation and maintenance manuals, shop drawing review, site visits and commissioning/start-up/fit-up design support · Sustainable design using an integrated design approach and emphasizing environmental stewardship, with experience in energy and water conservation and efficiency; use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substance in facilities construction and operation; efficiency in resource and material utilization; development of healthy, safe and productive work environments; and employing the LEED evaluation and certification methods. · Ability to produce Cost estimates using M-CACES, PACES and MII [M2] software. The cost estimator and/or the subcontractor should demonstrate familiarity with the changing dynamics of the current construction market in the Tri-state New York Area. 3. SUBMISSION REQUIREMENTS: All interested firms are encouraged to respond to this notice and may do so by submitting a capabilities statement. The capabilities statement is limited to ten (10) pages total and shall include the following information: 1. Firm's name, address, point of contract, phone number and email address. 2. Firm's business size - If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business). 3. Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List at least 3 but no more than 5 completed projects and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Please consider the following when preparing your capabilities statements. Additionally, firms must be capable of responding to and working on multiple task orders concurrently. 4. Identify number of staff by discipline that you plan to utilize for this contract. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government. All responses shall be submitted via email to Stephen DiBari at Stephen.dibari@usace.army.mil within 14 calendar days of the original posted date in the Fed Biz Ops. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government and will be updated to this posting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18S0011/listing.html)
 
Place of Performance
Address: NAN/NAD Boundaries, United States
 
Record
SN04854261-W 20180316/180314231339-20726b7daed97c55d64ea4e75f34a298 (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.