Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOURCES SOUGHT

C -- General Architect-Engineering (A-E) services to include support of Sustainment, Restoration and Modernization (SRM) program, military construction programs and other non-military construction programs

Notice Date
12/12/2019 1:15:40 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278 USA
 
ZIP Code
10278
 
Solicitation Number
W912DS20S0005
 
Response Due
12/24/2020 11:00:00 AM
 
Archive Date
01/08/2021
 
Point of Contact
Nicholas P. Emanuel, Phone: 9177908069, Nicole C. Fauntleroy, Phone: 9177906139
 
E-Mail Address
Nicholas.P.Emanuel@usace.army.mil, nicole.fauntleroy@usace.army.mil
(Nicholas.P.Emanuel@usace.army.mil, nicole.fauntleroy@usace.army.mil)
 
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 Picatinny Arsenal and 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. Two (2) 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, $16,500,000.00. 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 $16,500,000.00. If the respondent's average revenue for the last three fiscal years is over $16,500,000.00, 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. The Government anticipates issuing two (2) Indefinite Delivery Contract’s (IDC’s) with a duration of five (5) years and a maximum of 60 months and will not include optional time periods. Each anticipated contract will have a total capacity not to exceed $15,000,000.If 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 (SRM) program, military construction programs and other non-military construction programs within Picatinny Arsenal and 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:Preparation of studies, concept and final designs leading to Sustainment, Renovation and Modernization (SRM) construction projects; planning charrettes; professional engineering services; pre-design site assessment; feasibility and concept studies; geotechnical investigation and reports; environmental investigations including permitting studies and reports; asbestos and lead sampling and abatement; site development; cost engineering using MII CACES; value engineering; life cycle costing; post-design shop drawing review; construction phase services and construction administration 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 supportAdditional services include but are not limited to: seismic design; topographic and boundaries surveys to include mapping and analysis (including data collection and verification); historical and cultural resources investigations; design review; seismic analysis; environmental analysis; site surveys and evaluation; remediation design; and Environmental Protection Agency (EPA) compliance for Hazardous materials such as petroleum products, asbestos, lead and radon. In Addition New Jersey Department of Environmental Protection (NJDEP), flood hazard analysis/permitting; parametric design; and wetlands remediation and mitigation. The contractor is also required to have expertise and knowledge of the design of Anti-Terrorism/Force Protection (AT/FP) requirements, security and communications systems, fire protection and life safety systems, CADD/GIS, Building Information Modeling (BIM), Sustainable design, Leed Green Building, and preparation of Department Of Defense Explosive Safety Board Submissions, explosive safety design and development of explosive safety Arcs. Examples of potential work include design of New Buildings and Facilities, including but not limited to the following: Research and Development Facilities for advanced weapons systems (these facilities will require blast protection and explosive safety design); Laboratories, Ordinance Handling and Storage Facilities, Magazines and Ammunitions Storage, Vehicle Maintenance Facilities, Administrative Buildings, Industrial Facilities, Indoor and Outdoor Test Ranges, Infrastructure Systems and Laboratories. Design of repair and/or renovation projects to include the following: Whole Building Renovation, Research and Development Facilities for advance weapons systems ( these facilities will require blast protection and explosive safety design), Laboratories, Replacement of Architectural Elements, Building Seismic Upgrade; Force Protection Upgrades, Mechanical, Electrical, Fire Protection/Detection Systems, Asbestos and Lead Abatement Services or Demolition. Preparation of environmental regulatory documents and permit applications. Engineering inspections/assessments of existing and under construction vertical/horizontal structures.Capability to execute multiple task orders simultaneously.Construction phase services, 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 and Nicholas Emanuel Nicholas.P.Emanuel@usae.army.mil within 15 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
SAM.gov Permalink
(https://beta.sam.gov/opp/89b922e96c2b449aab97c68821384478/view)
 
Record
SN05515771-F 20191214/191212230311 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.