Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

C -- Architect-Engineer (A&E) IDIQ

Notice Date
4/1/2020 1:17:41 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441820R0005
 
Response Due
4/13/2020 8:00:00 AM
 
Archive Date
04/28/2020
 
Point of Contact
Joseph C. Alexander, Michelle Batts
 
E-Mail Address
joseph.alexander.13@us.af.mil, michelle.batts@us.af.mil
(joseph.alexander.13@us.af.mil, michelle.batts@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
AMENDMENT 1 � 01 April 2020 THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PLANNING PURPOSES. IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE OR AN INVITATION FOR BID. RESPONSES IN ANY FORM ARE NOT OFFERS. THE GOVERNMENT IS UNDER NO OBLIGATION TO ISSUE A SOLICITATION AS A RESULT OF THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT. ? The 628th Contracting Squadron at Joint Base Charleston, SC, is seeking Architect-Engineer (AE) services for a firm-fixed priced indefinite delivery, indefinite quantity (IDIQ) Multiple Award Task Order Contract (MATOC).� Work includes but is not limited to the study, design and preparation of request for proposal documents for repairs, alterations, and/or new construction of commercial, industrial and residential facilities, utilities, pavements and other infrastructure at Joint Base Charleston - Air Base, Joint Base Charleston - Weapons Station, North Auxiliary Airfield (North, SC) and Short Stay Naval Recreation Area (Moncks Corner, SC). The contract duration will be one year from the date of contract award with four (4) additional one-year options allowing the term of the contract to be extended up to five years. The estimated contract value is Not-to-Exceed $15,000,000.00 for the life of the contract, with a Task Order minimum of $15,000.00. Work to be performed will be within the North American Industry Classification System (NAICS) 541330 - Engineering Services, the small business standard of $16.5M. The estimated starting date is October 2020. The work requires AE services necessary for the preparation of plans using the latest release of AutoCAD (or compatible version), specifications using the Unified Facilities Guide Specifications and SPECSINTACT, cost estimates using R.S. Means cost data and Design Build Requests for Proposal (RFPs). Construction delivery strategy is normally design-bid-build. In addition to services related to design, the following services may be required during the life of the contract: technical reports, studies, planning, surveys, investigations, economic analysis, review of shop drawings, review of contractor submittals, collateral equipment lists, construction consultation, construction inspection services, Title II inspection services, construction record drawing services, and other AE work in support of design and construction. The projects associated with this contract shall involve any combination of architectural, civil, structural, mechanical, and electrical and fire protection engineering disciplines. Projects may also involve landscape design, interior design, cost estimating, Geographic Information System (GIS) services and antiterrorism/physical security engineering services. This acquisition is restricted to small businesses.� Interested small business concerns should indicate their interest to the Contracting Officer in writing, as early as possible, but no later than 15 April 2020 at 4 PM EST with the following minimum information. (a) Indicate which set-aside you qualify for under NAICS code 541330, Size Standard $16.5M: 8(a), HUBZone, SDVOSB, WOSB or Small Business. (b) A positive statement of your intention to submit a SF330 in response to the solicitation when it is issued at a later date. (c) DUNS Number or Cage Code. (d) Recent Performance: (a) Recent past performance on contracts with DOD and private industry with respect to cost control, quality of work and compliance with performance schedules. The Government intends on reviewing firms who respond to this Sources Sought using the procedures set out in FAR 36.6, DFARS 236.6 and AFI 32-1023. All contractors MUST be registered in the System for Award Management (SAM) at https://beta.sam.gov/ the Central Contractor Registration database and ORCA database or their response will not be considered. Contractors can obtain further information on the Central Contractor registration (CCR) and ORCA registration at web site http://www.ccr.gov/ and http://orca.bpn.gov/. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. Please provide responses via email to the Primary Point of contact: 1Lt Joseph Alexander, joseph.alexander.13@us.af.mil and the Alternate Point of Contact: Captain Michelle N. Batts, Contracting Officer, michelle.batts@us.af.mil no later than 13 April 2020 at 11 AM EST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5729b7c12faa4ac4a5f6f329c34ecbcc/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN05607696-F 20200403/200401230147 (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  © 1994-2020, Loren Data Corp.