Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2024 SAM #8177
SOURCES SOUGHT

99 -- GSA R9 AE IDIQ Contract

Notice Date
4/15/2024 11:36:58 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R9 AMD FIELD PROJECTS San Francisco CA 94102 USA
 
ZIP Code
94102
 
Solicitation Number
R9-AE-IDIQ
 
Response Due
5/7/2024 4:00:00 PM
 
Archive Date
05/22/2024
 
Point of Contact
Heather Caney
 
E-Mail Address
heather.caney@gsa.gov
(heather.caney@gsa.gov)
 
Description
Sources Sought - GSA Region 9 Architect Engineer Indefinite Delivery Indefinite Quantity Contract This is a Sources Sought Notice for planning purposes only.� This notice is not a request for offers or proposals. This is a market research tool being utilized to determine the availability and adequacy of potential small business sources prior to issuing a Synopsis/ Solicitation. This notice does not represent a commitment by the Government to issue a solicitation or award a contract; requests for a solicitation will not receive a response. The Government is not obligated and will not pay for information received as a result of this notice.� The intent of this notice is to identify potential offerors for market research purposes, and to determine if there are small business concerns, which includes the small business socio-economic classifications, with current relevant qualifications, experience, personnel, and capabilities to perform multi-discipline architect engineering services in support of projects owned and/or managed by the U.S. General Services Administration (GSA) in Region 9. Requirement Description: GSA intends to announce an opportunity for excellence in design for public architecture and various design services for projects in occupied Federally owned or leased Office Buildings, Courthouses, and Land Ports of Entry (LPOE's) throughout Region 9. Based on previous procurement history, GSA anticipates award of approximately three (3) to six (6) Indefinite Delivery Indefinite Quantity (IDIQ) Contract(s) for Architect Engineering (AE) Services for projects located in the below listed four (4) geographic zones of Region 9.� However, the ultimate number of contracts per zone will be determined by GSA after the assessment of qualified contractors during the solicitation stage. Additionally, the zonal structure identified may be modified to specify one (1) zone for California rather than two (2). 1. Zone 1 - States of Arizona and Nevada 2. Zone 2 - Northern California (California Counties of Del Norte, Siskiyou, Modoc, Humboldt, Trinity, Shasta, Lassen, Mendocino, Tehama, Plumas, Glenn, Butte, Sierra, Lake, Colusa, Yuba, Nevada, Placer, Sonoma, Napa, Yolo, Sutter, El Dorado, Marin, Solano, Sacramento, Amador, Alpine,San Francisco, Contra Costa, San Joaquin, Calaveras, Toulumne, Mono, Inyo, San Mateo, Alameda, Stanislaus, Mariposa, Santa Cruz, Santa Clara, Merced, Madera, San Benito, Fresno, Monterey, Kings, Tulare) 3. Zone 3 - Southern California (California Counties of San Diego, Imperial, Orange, Riverside, Santa Barbara, Ventura, Los Angeles, San Bernardino, San Luis Obispo, Kern) 4. Zone 4 - State of Hawaii and Pacific Territories The applicable North American Industry Classification System (NAICS) code is 541310 - Architectural Services, which has a small business size standard of $12.5 million. The IDIQ performance period will not exceed five (5) years, broken out between a Base Year and four (4) Option Years.� The total aggregate Maximum Order Limitation (MOL) per awarded contract, covering the base year and option years, is expected to be set at $25 Million. Task Orders issued under the awarded contracts are expected to range in value from $10,000 to $4 Million, however no single task order minimum or maximum limit is expected to be specified.� AE firms will be required to comply with Brooks Act Procedures and applicable 6% Statutory Limitation. The AE IDIQ contracts are intended to provide multidisciplinary services in order to enable GSA to provide effective, mobile, and sustainable workplace solutions for federal agencies. The IDIQ will provide complete design services for all phases of design, including but not limited to requirements development, preliminary concepts, final concepts, design development, construction documents, and other design related needs as identified. The following denotes potential areas of expertise anticipated to be needed during IDIQ performance, though not all are represented: - Potential pre-design services: requirements assessments, feasibility studies, program development studies, housing plans. - Potential design services: interior design, interior space planning, architecture and engineering for all design phases, furniture design, project budget and cost estimating. - Potential post-design services: bid phase services, construction administration/ post construction services, move and relocation services, post-occupancy analysis. - Potential studies, analysis, and report services: change management, migration plans, building analysis, space analysis, fire protection and life safety analysis, environmental hazards reports, conveyance system studies, building preservation plans, security studies, forecasted future analysis, building design standards, building drawings. Sources Sought Response: It is requested that interested parties submit a concise capabilities package in PDF file format of no more than five (5) pages.� The capabilities package is not expected to be a proposal, but rather a brief statement regarding the company�s ability to demonstrate existing, or developed, expertise and experience in relation to this requirement. The capabilities package shall include the following: 1. Company Profile: Company Name, Address, Point of Contact, Phone Number, Email address, UEI Number, CAGE Code, Number of employees, annual receipts, number of offices and office location(s). 2. Identify the zone or zone(s) you are interested in performing work in.� For firms interested in Zone 2 or Zone 3 - Specify if you would also be interested in performing work under a zone that covers all of California. 3. Specify your firm's Socio-economic Classification(s) and confirm SBA certification status as applicable: Small Business, Small Disadvantaged Business, 8(a) Small Business, Historically Underutilized Business Zone (HUBZone) Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business, Woman Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB). 4. Experience: Submit a maximum of three (3) projects completed within the past five (5) years of similar size, scope and complexity as specified for this requirement.� For each of� the projects , provide the following information as applicable: Contract Number, Title, Location, performed as Prime or Sub, total contract/project value, award and completion dates, scope of work, brief description of how the referenced contract/project relates to the work described, customer information including point of contact, phone number, and e-mail address. Do not submit information for base IDIQ contracts, only submit information for completed IDIQ Task Orders. Response Date and Government POC: No questions will be accepted or responded to in reference to this notice. The due date and time for responses is May 7, 2024, 4:00 PM PT. Interested firms are to submit ALL requested capabilities information via email only to Heather Caney, Contracting Officer, at heather.caney@gsa.gov. Please use the following Subject Line for your Email submission: �Sources Sought GSA R9 AE IDIQ � Your Company Name�.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/badd4864398a49158b1c1b7637937895/view)
 
Record
SN07031171-F 20240417/240415230056 (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.