Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2024 SAM #8093
SOURCES SOUGHT

C -- Architecture & Engineering Services

Notice Date
1/22/2024 11:31:22 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QM MICC FT GREGG-ADAMS FORT GREGG ADAMS VA 23801-0000 USA
 
ZIP Code
23801-0000
 
Solicitation Number
PANMCC-24-P-0000-005012
 
Response Due
1/26/2024 9:00:00 AM
 
Archive Date
02/10/2024
 
Point of Contact
Myrisha L. Mullen, Dr. Regina Givens
 
E-Mail Address
myrisha.l.mullen2.civ@army.mil, regina.n.givens.civ@army.mil
(myrisha.l.mullen2.civ@army.mil, regina.n.givens.civ@army.mil)
 
Description
This Request for Information (RFI) shall not be construed as a formal solicitation or as an obligation in the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation will be executed and posted separately at a future date. The contracting officer will endeavor to post all information regarding this solicitation as soon as it becomes available. The Army is interested at this point, only in identifying interested and capable contractors for this service as part of the market research effort. Your responses will be treated as information only. It shall not be used as a proposal. The Mission Installation Contracting Command at Fort Gregg-Adams is seeking interested firms that are experienced in A&E services contracts utilizing Firm-Fixed Price delivery/task orders to provide project site investigations and surveys, detailed designs for maintenance, repair, alteration, and new construction projects. The anticipated work may include; but not be limited to the following; field survey; site and facility investigation; preparation of special technical studies; analyses of structural systems; feasibility and concept studies; material investigation and color studies; preparation of architectural engineering studies and/or investigation and preparation of architectural and engineering documents and reports for architectural projects with associated structural, civil, landscaping, mechanical, electrical, environmental subsurface soil investigations and incidental work; preparation of design documents to include building and ground alteration, maintenance, repair, and minor construction; cost and schedule estimates; and monitoring and evaluating construction progress for conformance to plans and specifications including review of required submittals by the contractor. Performance to be located on Fort Gregg-Adams, Fort Gregg-Adams, VA 29207. It is unknown at this time how many contracts will be awarded. Contractors must meet the responsibility factors in FAR 9.104-1 to satisfy this requirement. These projects will be accomplished through task orders written under an IDIQ Contract as the need arises during the contract period. The contracts will have a cumulative not to exceed limit of $12.5 million for the life of the contracts. The maximum amount is not guaranteed. A minimum of $5,000.00 in fees will be guaranteed to the A-E for the basic contract. The anticipated contracts, when solicited, will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. Firms will be selected based on their ability to demonstrate competence and qualifications for all of the required work elements. This procurement will be conducted under the North American Industrial Classification System Code (NAICS) 541310 or 541330. The small business size standard for this code is $7.5M & $15M, respectively. To be considered a Small Business under the NAICS Codes, the respondent's average revenue for the last three fiscal years cannot be more than $7.5M or $15M; if the average revenue for the last three fiscal years is over $7.5M or $15M the respondent is classified as a Large Business. All interested firms are must complete the attached Market Survey Questionnaire is posted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for providing Architect-Engineer (A-E) Services.� Contractors responding to this Sources Sought / Market Survey Questionnaire are placed on notice that responses to this notice may not ensure participation in future solicitations or contract awards.� The government will not reimburse participants for any expenses associated with participation in this Sources Sought / Market Survey Questionnaire.� This is not a solicitation.� SF330's are not being requested at this time.� All firms interested in this announcement must be registered in the System for Award Management (SAM) in order to receive a Federal contract award. To register, go to the SAM internet address at https://WWW.SAM.GOV. Failure to register may render the firm ineligible for award. Future information on this acquisition (Statement of Work (SOW), specifications, solicitation, etc.) will be posted on the SAM website (www.sam.gov). Request your response to this RFI no later than 26 January 2024, 12:00 p.m E.S.T. It is the responsibility of the prospective offeror to review this site regularly for updates and/or changes. All questions regarding this project or size status should be directed to the Contracting Officer, Dr. Regina Givens email regina.n.givens.civ@army.mil or Contract Specialist: Myrisha Mullen: Myrisha.l.mullen2.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c456639fd99b4f90b760c61f58c01256/view)
 
Place of Performance
Address: Fort Gregg Adams, VA 23801, USA
Zip Code: 23801
Country: USA
 
Record
SN06941776-F 20240124/240122230046 (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.