Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2022 SAM #7426
SOURCES SOUGHT

C -- DHS National Architect & Engineering Services Multiple Award IDIQ Re-procurement

Notice Date
3/29/2022 2:22:57 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FDCC DET SEATTLE(00050) SEATTLE WA 98174 USA
 
ZIP Code
98174
 
Solicitation Number
2022_DHS_National_AE
 
Response Due
4/29/2022 2:30:00 PM
 
Archive Date
05/29/2022
 
Point of Contact
Mark Snell, Phone: 2062207413
 
E-Mail Address
mark.w.snell@uscg.mil
(mark.w.snell@uscg.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT SYNOPSIS FOR NATIONAL MULTIPLE AWARD ARCHITECTURAL/ENGINEERING SERVICES IDIQ CONTRACT. THIS IS NOT A REQUEST FOR PROPOSALS.� THIS IS A MARKET RESEARCH TOOL BEING USED TO IDENTIFY POTENTIAL SMALL BUSINESSES (INCLUDING, 8(A) FIRMS, WOMEN-OWNED SMALL BUSINESSES, SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES, HUBZONES) AND LARGE BUSINESS FIRMS CAPABLE OF PERFORMING THESE CONTRACTS IN ANY OF THE 50 UNITED STATES AND IT�S TERRITORIES. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS.� THIS IS A FOLLOW ON FOR A DEPARTMENT OF HOMELAND SECURITY (DHS) STRATEGIC SOURCING CONTRACT VEHICLE, TO BE AWARDED AND ADMINISTERED BY THE U. S. COAST GUARD. AT THIS TIME THE POTENTIAL NUMBER OF MULTIPLE AWARD IDIQ CONTRACTS TO BE PUT IN PLACE TO COVER THE AREA OF RESPONSIBILITY HAS NOT BEEN DETERMINED. IT IS ANTICIPATED TO BE SIMILAR TO THE EXISTING CONTRACT VEHICLE WITH SIX UNRESTRICTED AND FOUR SMALL BUSINESSES. The maximum aggregate capacity across all contracts is anticipated to be $500 Million with a duration of ten years.� No solicitation is being issued at this time and specifications are not available.� The synopsis and any subsequent amendments will be available at no charge online at http://www.fbo.gov. The successful offerors will provide professional Architectural/Engineering (A/E) Services for Government Owned/Leased Facilities.� Projects may include a variety of assignments involving the US Department of Homeland Security (DHS) and Agencies within DHS in any of the 50 United States, Puerto Rico, Guam, and the U.S. Virgin Islands.� Most work will consist of renovations/improvements to existing structures and miscellaneous general construction engineering and architectural services.� Facilities include residential and light commercial buildings and their mechanical and electrical systems, site utilities, waterfront facilities and airports/runways.� Additional requirements may include: �electronic surveillance/security construction, dredging, structural inspections, and safety engineering/construction.� Disciplines may include but are not limited to, architecture, mechanical, structural, civil, fire protection, electrical, geotechnical and coastal engineering. Services may include but are not limited to: Assessment of existing conditions Review of project designs Analysis of Alternatives Development of final designs Development and design of proposal bridging documents/construction contract documents (Design-Build RFP�s) Recommendations for cost effective alternatives Studies Code Compliance Evaluations Task orders will be solicited on a fair-opportunity basis among the firms, except for limited instances of exceptions to fair opportunity (FAR 16.5) that are approved. It will allow DHS-wide utilization.� It is anticipated from six to 10 contracts will be awarded.� Contractor selection will be in accordance with the Brooks Act and FAR 36.6. ***List of existing National AE IDIQs*** 70Z05018DTRANSY01�TransSystems� 70Z05018DAMFWHD02�Wood HDR JV� 70Z05018DSTVMON03 STV Moffatt Nichol JV� 70Z05018DBERBAM04�Berger ABAM JV� � 70Z05018DCLANEX05�Clark Nexsen 70Z05018DAECOMT06�AECOM Technical Services 70Z05018DMARDON07�Marcy Wong Donn Logan� 70Z05018DKZFNPL08�KZF Design/Burgess & Niple� 70Z05018DREIDMI09�Reid Middleton 70Z05018DSCENGS10�SC Engineers�� FOR PURPSOSES OF MARKET RESEARCH, THE FOLLOWING INFORMATION IS TO BE E-MAILED TO THE FOLLOWING POINT-OF-CONTACT: Mark.W.Snell@uscg.mil Submissions should not exceed 3 pages. 1) FIRM NAME AND UNIQUE ENTITY ID (SAM). 2) FIRM ADDRESS. 3) FIRM POINT-OF-CONTACT INFORMATION. 4) FIRM�S BUSINESS SIZE. 5) TYPE OF BUSINESS (E.G. SMALL BUSINESS, LARGE BUSINESS, 8(A) FIRM, SMALL DISADVANTAGED BUSINESS, WOMAN-OWNED BUSINESS, SMALL DISADVANTAGED VETERAN-OWNED SMALL BUSINESS, ETC.). 6) CAPABILITIES STATEMENT � Capabilities statements shall include evidence that the firm has provided services listed above, as well as the location of any field/satellite offices that would be used to support the various locations
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7340bdfff7034d2a9b221dbae6388e49/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06283112-F 20220331/220329230106 (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.