Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2021 SAM #7048
SOURCES SOUGHT

99 -- Architect-Engineer (A-E) Title I & II Services

Notice Date
3/15/2021 8:04:05 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
FA4861 99 CONS LGCC NELLIS AFB NV 89191-7001 USA
 
ZIP Code
89191-7001
 
Solicitation Number
FA486121R0010
 
Response Due
3/25/2021 2:00:00 PM
 
Archive Date
03/26/2021
 
Point of Contact
Nina Young, Phone: 702-652-9561, Patrick Mock, Phone: 705-652-9121
 
E-Mail Address
nina.young@us.af.mil, patrick.mock1@us.af.mil
(nina.young@us.af.mil, patrick.mock1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY THIS IS NOT A REQUEST FOR PROPOSAL The 99th Contracting Squadron, Nellis AFB, NV is conducting a MARKET SURVEY to determine the interest and capability of sources for a potential 100% set-aside for either a HUBZone, Women-Owned, 8(a), Service Disabled Veteran Owned, or Small Business concerns in the NAICS Code 541310, Architectural Services, for a firm-fixed price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract(s). This announcement cancels Sources Sought Announcement FA486119RA014 posted 21 May 2019.� The purpose of this sources sought notice is to obtain information on qualified and experienced small business firms interested in providing Architect & Engineering Title I and Title II services to support the 99th Civil Engineer Squadron�s mission at Nellis and Creech Air Force Bases and portions of the Nevada Test and Training Range (NTTR) in Nevada. Interested small business firms shall have office(s) located within 300 driving miles of Nellis AFB, Nevada 89191(using Google Maps�) and the office shall be adequately staffed with experienced personnel that will be utilized to perform all of the following contract requirements. The contract will be based on a general statements of work that will be further defined with each individual task order.� The work will consist of architectural, civil, structural, mechanical,� electrical, fire protection, landscape, environmental, communications, and topographical cadastral and geotechnical surveys of existing conditions or facilities and field surveys for topographic or locative purposes; development of documentation and reports for conceptual solutions, design criteria, environmental assessments, and impact analysis; producing economic analysis, detailed cost estimates, construction drawings and specifications, bid schedules, color boards and renderings, and any other documentation necessary to execute a maintenance, repair, alteration, and/or construction project. �Title II services may include, but not be limited to, review of contract submittals, review of shop drawings, and preparation of change orders, fact-finding studies, surveys, investigations, developing design criteria, interior design, and preparing base comprehensive plans (BCP), and other professional A-E services not necessarily connected with a specific construction project. �Environmental work may include remediation projects and hazardous, toxic, and radioactive waste (HTRW) studies. IF ADEQUATE RESPONSES ARE NOT RECEIVED FROM THE ABOVE-MENTIONED CONCERNS, THE ACQUISITION MAY BE SOLICITED ON AN UNRESTRICTED BASIS. Request interested firms respond to this notice and provide the following: � (a)�Firm's INFORMATION [name, address, phone number, CAGE code, DUNS number]; � (b) Firm's INTEREST to qualify [e.g., prime contractor, teaming partner, joint venture, primary subcontractor]; � (c) STATUS [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran-Owned small business, small business, large business, etc.]; � (d) CAPABILITY STATEMENT [Interested firms must demonstrate a history of relevant construction experience with a primary focus on IDIQ type contracts (military) and simultaneous performance of multiple projects at different locations and include a summary of relevant (multiple trade, multiple task order, construction projects), and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed), and Title II experience.]; � (e) PERCENT OF WORK the firm can commit to by accomplishing A-E services with in-house (not subcontracted) personnel and; � (f)� LOCATION OF FIRM�S OFFICE(S) within 300 driving miles of Nellis AFB, Nevada, 89191 using Google Maps�, and shall be adequately staffed at stated location with experienced personnel that will be utilized to perform contract requirements. Interested firms�must provide the above information (�a� through �f�) to the points of contact listed herein.� Information submitted shall be in sufficient detail for a decision to be made based on the criteria previously mentioned. It is imperative that firms provide the required information for capabilities to be accurately evaluated. The government reserves the right to set this acquisition aside for small business, 8(a), HubZone small business, Women-Owned or Service-Disabled Veteran-Owned small business firms based on the responses it receives. Once the determination has been made to either set-aside this acquisition or solicit on an unrestricted basis, it will be posted on this website. This request for information (RFI) notice is issued for planning purposes. This is not a Request for Proposal (RFP). �Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, issue a solicitation, or pay for any provided information or proposal preparation costs. Note: �It is highly recommended that prospective contractors be registered in the System for Award Management (SAM) database as registration is required for the contract awardee.� Registration requires applicants to have a Commercial and Government Entry Code (CAGE) and Data Universal Numbering System (DUNS) number from Dun and Bradstreet.� Registration usually takes up to five (5) days to process, but with the current social climate it could be longer.� Recommend registering immediately in order to prevent any delays.� Responses to this announcement are due no later than 2:00 PM (PST) on 25 March 2021 and are limited to 6 (six) single-sided pages (8 �� x 11�) when printed. Send responses via email to: Primary POC:� Ms. Nina Young, (702) 652-9561; email: Nina.Young@us.af.mil Alternate POC:� Mr. Patrick Mock, (702) 652-9121; email: Patrick.Mock.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e6147d7fc99b4dd2a7af71d5dbc45628/view)
 
Place of Performance
Address: Nellis AFB, NV 89191, USA
Zip Code: 89191
Country: USA
 
Record
SN05943355-F 20210317/210315230111 (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.