Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2022 SAM #7694
SOURCES SOUGHT

C -- NGB Multi-Region Vertical A-E IDIQ

Notice Date
12/19/2022 11:38:45 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L-22-X-0SL0
 
Response Due
1/6/2023 12:00:00 PM
 
Point of Contact
Amanda Bogue, Contracting Officer, NGB AQ-R, Michael Dixon, Phone: 7038227823
 
E-Mail Address
amanda.m.bogue.civ@army.mil, michael.d.dixon82.civ@army.mil
(amanda.m.bogue.civ@army.mil, michael.d.dixon82.civ@army.mil)
 
Description
Title: National Guard Bureau, Multi�Regional, Architect and Engineering Indefinite Delivery Indefinite Quantity Contract for Vertical Projects. Notice ID: W9133L-22-X-0SL0 Federal Organization: W9133L Category: C- Architect and Engineering Services NAICS Code: 541330, Engineering Services PSC: C211 � Contracting Officer: Carrie McKay Contract Specialists: Amanda Bogue & Michael Dixon Primary POC for Sources Sought: CONTRACT SPECIALISTS Response Date: 6 January 2023 DESCRIPTION: The purpose of this notice is to gain knowledge of potential interested sources including Small Businesses. This notice is for planning purposes only.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requested. All interested parties should respond.� The National Guard Bureau (NGB) intends to solicit for Multi-Region Non-Personal Architect-Engineer (A-E) Services Indefinite Delivery Indefinite Quantity (IDIQ) Contracts for Vertical A-E Requirements in support of the Air National Guard (ANG) and Army National Guard (ARNG). Official solicitations will be posted in accordance with Public Law 92-582 (Selection of A-E Statute) and Federal Acquisition Regulation (FAR) Part 36.6. THIS NOTICE EXCLUDES THE FOLLOWING STATES AND/OR TERRITORIES: Connecticut (CT), Massachusetts (MA), Maine (ME), New Hampshire (NH), Rhode Island (RI), Vermont (VT), Hawaii (HI), Puerto Rico (PR), Virgin Islands (VI) and Alaska (AK). The National Guard Bureau intends to award multiple A-E IDIQ contracts for the Mutli-Region Vertical IDIQ program. These are not requirements contracts. These IDIQs will consist of a five (5) year ordering period, and an option to extend six (6) additional months. Work will be issued by negotiated firm-fixed price task orders. Task orders will be primarily for projects with a construction value typically between $100,000 and $15 million; however, as required, larger and/or smaller projects may be executed. Selection of A-E firms will not be based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services in accordance with FAR 36.6. Anticipated A-E services may include but are not be limited to performance of planning, master planning, and program support; A-E investigative and design services including development of construction documents; construction support; engineering and environmental studies, National Environmental Policy Act (NEPA) documentation; investigations and surveys in support of the Air and Army National Guard Programs.� Typical work may include, but is not specifically limited to: A: the preparation of plans, specifications, calculations, and cost estimates; B: the development of cost management, quality control and quality assurance plans; C: construction inspection, testing and management services; D: development of engineering standards; E: preparations for design submissions; F: technical, economic, planning, environmental, value engineering and other studies, analyses, surveys, investigations, and reports; G: development of performance criteria for bridging documents for design build projects; H: development of documents to support various government construction programs; I: commissioning services; J: comprehensive interior design. Services may also include, but are not limited to, a wide variety of professional services in support of projects for administrative, industrial, and support facilities to meet the needs of the National Guard. Various projects may include services associated with National Guard installations/facilities, such as aircraft hangars, corrosion control facilities , aircraft maintenance facilities, secure facilities, vehicle maintenance facilities, support equipment maintenance facilities, administrative offices, supply facilities, civil engineering facilities, dormitory buildings, training site facilities, readiness centers (armory), fire stations, security forces facilities, munitions maintenance and storage facilities, communications and electronic maintenance, mobility and aerial port facilities, dining facilities, medical training facilities, aircraft fuel storage and distribution systems, and other military facilities. Additionally, task orders may be issued for support services which require A-E Services as defined in FAR 2.101. Small Business Subcontracting Goals:� This sources sought is also requesting industry input on the intended Small Business Subcontracting Goals.� In the event this requirement is issued as an Unrestricted solicitation and/or a combination of Unrestricted and Small Business set aside, subcontracting plans will be required from Large Business firms in accordance with FAR 52.219-9 and DFARS 219-704. The below Minimum Small Business Subcontracting Goals will be identified by the Government in the synopsis.� �� The Government intends to use the following Small Business Subcontracting Goals: Small Business: 14% Small Disadvantaged Business: 3% Woman Owned Small Business: 5% HUBZone Small Business: 1% Veteran-Owned Small Business: 3% Service Disabled Veteran Owned Small Business: 3%� THERE IS NO SYNOPSIS OR SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary, and the government assumes no financial responsibility for any costs incurred. If your firm has the potential capacity to perform these contract services, please provide the following information: All interested firms will provide this office, in writing, a notice stating their positive intent to submit a proposal as a prime contractor no later than 6 January 2023.� This response shall not exceed five typewritten pages and must include: � (1) Positive statement of intent to propose as a prime contractor.� (2) Organization name, address, email address, Web site address, telephone number, and size and type of ownership (small business, HUBZone, large, etc.) for the organization. Please also verify current SAM registration and include UEI number and CAGE Code. (3) A listing of projects completed during the past six (6) years, both for government and private industry.� The type of project, dollar value, contract number, location, and point of contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor.� (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. (5) Provide feedback to describe whether the Small Business Subcontracting Goals listed above are achievable to the maximum extent practicable. If you do not believe the goals listed above are achievable, please provide your rationale as well as any supporting information such as federal contract number, type of work performed, and a description of the issues experienced in meeting these goals. In the event adequate Small Business contractors are not available for adequate competition for this project, it may be advertised as unrestricted.� Responses to this notice shall be provided via email to: Amanda Bogue, amanda.m.bogue.civ@army.mil, and Michael Dixon, michael.d.dixon82.civ@army.mil.� Include the following in the subject line � �Sources Sought NGB MULTI-REGION VERTICAL, A-E IDIQ�.� No facsimile responses will be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/53c0da4e48f041af9ded7a2a5f2f5339/view)
 
Record
SN06547109-F 20221221/221219230107 (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.