SOURCES SOUGHT
99 -- Market Survey for General Architect-Engineer (A-E) Services, Pituffik Space Base formerly known as Thule AB
- Notice Date
- 8/4/2023 8:53:55 AM
- Notice Type
- Sources Sought
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS23S0044
- Response Due
- 8/18/2023 11:00:00 AM
- Archive Date
- 09/02/2023
- Point of Contact
- Denisse M. Soto, Phone: 9177908177, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
denisse.m.soto@usace.army.mil, nicholas.p.emanuel@usace.army.mil
(denisse.m.soto@usace.army.mil, nicholas.p.emanuel@usace.army.mil)
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. Updated 4 August 2023: Updating to extend closing date and revision to Sources Sought The U.S. Army Corps of Engineers, New York District is conducting market research to facilitate a determination of the acquisition strategy for this procurement to identify businesses which have the capability to perform A-E services within Pituffik Space Base, formerly known as Thule AB. 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. 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. Six (6) 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. The Government anticipates issuing a Multiple Award Task Order Contract (MATOC) for AE services and includes a target of up to six (6) IDC�s to include up to three (3) IDC�s for MILCON work and up to three (3) IDC�s for Non-MILCON work (such as SRM).� Each IDC will have a duration of five (5) years and a maximum of 60 months and will not include optional time periods. Six (6) anticipated contracts will share a total capacity not to exceed $99,000,000. For MILCON work the following needs to be adhered to: In accordance with DFARS 236.602-70, participation in this acquisition is restricted to United States firms or a joint venture of United States and Danish or Greenlandic firms. For purposes of this acquisition, a joint venture including Danish or Greenlandic firms must certify that at the time of the offer submission, and throughout the term of the contract, that each Danish or Greenlandic firm shall meet the following criteria: a. It is, and shall remain, registered as a Danish or Greenlandic firm in the Danish Central Business Register. b. More than 50 percent of a Danish or Greenlandic firm�s equity, defined as the entire capital of the company, is, and shall continue to be, owned by Danish and/or Greenlandic individuals or legal entities. c. A non-Danish or non-Greenlandic individual or legal entity does not, and shall not, have a ""decisive influence"" (in Danish: ""bestemmende indflydelse"") over a Danish or Greenlandic firm; and d. As part of its offer, an offeror must present a letter from a Danish or Greenlandic bank certifying banking service for each Danish or Greenlandic firm. SUBJECT: Market Survey for General Architect-Engineer (A-E) Services to include support of Sustainment, Restoration and Modernization (SRM) program, military construction programs and other non-military construction programs within Pituffik Space Base, formerly known as Thule AB. e. It is, and shall remain, registered as a Danish or Greenlandic firm in the Danish Central Business Register. f. More than 50 percent of a Danish or Greenlandic firm�s equity, defined as the entire capital of the company, is, and shall continue to be, owned by Danish and/or Greenlandic individuals or legal entities. g. A non-Danish or non-Greenlandic individual or legal entity does not, and shall not, have a ""decisive influence"" (in Danish: ""bestemmende indflydelse"") over a Danish or Greenlandic firm; and h. As part of its offer, an offeror must present a letter from a Danish or Greenlandic bank certifying banking service for each Danish or Greenlandic firm. 2. PROJECT INFORMATION: A. General Architect-Engineer (A-E) Services to include support of Sustainment, Restoration and Modernization (SRM) programm, military construction programs and other non-military construction programs within Pituffik Space Base, formerly known as Thule AB. B. 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: Demonstrated experience in the following Architect Engineering (A-E) Services to include the investigation, planning and design for the following types of projects to primarily support the SRM and Military Construction (MILCON) Program within Pituffik Space Base, formerly known as Thule AB. � Construction of new and renovation/upgrade of multiple hangar/buildings, maintenance, training facilities (hands-on/simulators), Aviation facilities, Runways and Taxiways, Aircraft Fueling facilities/distribution, Industrial facilities, Vehicle Maintenance facilities, Munitions and Storage facilities, Dining facilities, Barracks/dormitories, Administrative Office Buildings � Arctic/Cold Region Construction and repair of airfields, runways, taxiways, aprons and Apron refueling systems � In-depth experience with Air Force criteria, all applicable UFC�s, UFGS�s, and USACE criteria to include ER�s, EM�s, TI�s. � Whole building renovations which address interior re-configuration, life/safety, energy conservation, and utility systems. � Architectural alterations which address new space requirements, programmed functions such as: maintenance, training facilities, storage, administrative spaces, and Squad/Ops. � New building exterior and envelope (cold region) shall follow the architectural compatibility plan defined at the base inclusive of, structural roof systems, insulation and waterproofing, windows, and ATFP. � Mechanical/Electrical/Plumbing (MEP): Fire suppression and water supply systems, fire alarm and mass notification system, cybersecurity, fire detection/protection/monitoring and controls, heating and ventilation systems, plumbing systems, electrical systems, telecommunication and cabling systems, closed circuit television (CCTV), alarm and card access systems, and public address systems. � Topographic surveys, geological surveys, geotechnical investigations, environmental investigations, Master Planning Studies, Value Engineering Studies, Field Investigation Studies, construction support services. � Asbestos and lead abatement services related to building renovation or demolition � Perform/Conduct Design Charrettes including Eco-Charrettes � Prepare Studies (to include building, energy, life-cycle studies) � Prepare Parametric Designs, to include development of DD Form 1391 preparation � Site & Infrastructure/Seismic Design in accordance with the UFC�s � Development of design criteria and basis of design � Design work analysis and technical specifications � Preparation of Permit applications. � Preparation of Design/Build documents � Preparation of Arctic foundation designs, building air tightness and HVAC performance for cold/arctic regions. � Preparation of designs including HEMP and SCIF areas. � Preparation Final Design construction documents � Antiterrorism/Force Protection Design in accordance with applicable UFC�s � Sustainable Design/GBI/NET Zero Strategy Development � Cost estimating using the latest version MII [M2] software; Preparation of CADD. � Deliverables in Building Information Modeling (BIM) format. � Drawings in accordance with the Architectural/Engineering/Construction (A/E/C) Computer-aided standard version (CADD) Demonstrated construction phase services: � Design during construction � Preparation of operation and maintenance manuals � Providing technical assistance � responding to requests for information (RFIs) � Design Build conforming reviews � Shop Drawing Review � review of shop drawings and submittals � Conduct site visits � Commissioning/enhanced commissioning; Fit-up design support � Project Start-up � coordinate with contractors to start up and conduct performance tests of the constructed project. � Construction Management (CM) services are NOT included in this MATOC however will be provided under a separate SATOC. 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 fifteen (15) pages total and shall include the following information: a. Firm's name, address, point of contract, phone number and email address. b. Firm's business size. c. 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 4 but no more than 6 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. d. 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. All responses shall be submitted via email to Stephen DiBari at Stephen.dibari@usace.army.mil within 15 calendar days of the original posted date in https://sam.gov/content/home 4. ADDITIONAL INFORMATION: a. It is NY District's intention to issue a separate and new market survey for a Multiple Award Task Order Contract (MATOC) for General Architect-Engineer (A-E) services to primarily support the Military Installations in the NAN/NAD (CONUS) Region with up to five (5) firms sharing capacity in the amount of $200M. The new Military MATOC market survey is expected to be issued first quarter FY24.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4cbe5b6eb8954f00b4d72eb571fd24ba/view)
- Place of Performance
- Address: GRL
- Country: GRL
- Country: GRL
- Record
- SN06778335-F 20230806/230804230058 (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 |