SOURCES SOUGHT
C -- IDIQ A-E Contract for Military Construction Projects within the South Pacific Division
- Notice Date
- 7/9/2009
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Sacramento, US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-09-S-9191
- Response Due
- 7/17/2009
- Archive Date
- 9/15/2009
- Point of Contact
- Harold Williamson, 916-557-5196<br />
- E-Mail Address
-
US Army Engineer District, Sacramento
(harold.williamson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT to be used for Market Analysis only, to determine whether a minimum of 3 highly qualified A-E firms, capable of performing all of the stated types of A-E services, exists within the Small Business Community. ONLY SMALL BUSINESS FIRMS, INCLUDING 8 (a) PROGRAM PARTICIPANT, HUBZONE SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, WOMAN-OWNED SMALL BUSINESS, VETERN-OWNED SMALL BUSINESS OR SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SHOULD RESPOND TO THIS ANNOUNCEMENT. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. 1. CONTRACT REQUIREMENT: The anticipated contract, when solicited, will be procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6. This procurement will be conducted under North American Industrial Classification System Code (NAICS) 541310, FSC Code: C211, SIC Code: 8712. The small business size standard for this code is $4,500,000.00 To be considered a Small Business under this NAICS Code, the respondents average revenue for the last three fiscal years cannot be more than $4,500,000.00; if the average revenue for the last three fiscal years is over $4,500,000.00, the respondent is a Large Business. All respondents, in their response to this notice, MUST identify their business size relative to the NAICS code. Respondents are required to state in their response whether the firm is a small business, 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business. All questions regarding size status should be directed to the Contracting Officer, Carolyn Mallory, at (916) 557-5203, fax (916) 557-7854, email Carolyn.E.Mallory@usace.army.mil. When the requirement is solicited, firms will be selected for negotiation based on demonstrated competence and qualifications for all of the required work. The anticipated types of contracts are 4 other than small business, Firm Fixed Price, 5 Year/ $9.9M total, (Base Year and 4 Option Years, each for $1.98M) and 2, a type of small business concern Firm Fixed Price, 5 Year /$5M total, (Base Year and 4 Option Years, each for $1M) IDIQ contracts. If the contract is set aside for Small Business, FAR 52.219-14, Limitations on Subcontracting, will be included in the contract. The clause requires that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2. PROJECT INFORMATION: A-E services are required to provide the full spectrum of design disciplines primarily to support Military projects, US Department of Veterans Affairs (VA) Projects, similar projects (vertical construction) for the Sacramento District (SPK), Los Angeles District (SPL) and secondarily for Civil works projects. Services may include construction phase services and HTRW services. Projects will be located within the South Pacific Divisions military boundaries of CA, NV, UT and AZ and the civil works boundaries of CA, NV, AZ, UT, and portions of OR, ID, CO and WY. The contracts may also be used by other Districts within South Pacific Division (Sacramento, San Francisco, Los Angeles and Albuquerque Districts) to encompass the entire South Pacific Division geographical area of responsibility. This work will include all Architectural-Engineering (A-E) and related services necessary to complete the assigned task orders for studies and designs. A specific scope of work and services will be issued with each task order. 3. QUALIFICATIONS: All interested Small Business firms, including 8(a) program participant, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service disabled veteran owned small business are encouraged to respond to this notice and may respond to this announcement by submitting a capability statement which addresses the following key areas: a. Architectural renovation (some of historical significance), maintenance and repair of a variety of small projects, or design of complete additions, alterations, or new facility designs for Military projects such as barracks, warehouses, storage facilities, administrative facilities, training facilities, maintenance facilities, aircraft hangars, computer facilities, aircraft runways, taxiways, aprons, treatment plants, and the entire spectrum of infrastructure (road and utility) systems. Demolition of existing facilities may be required which will necessitate asbestos and or lead based paint investigation with provisions for removal included in the design documents. b. Services may include constructability reviews, Leadership in Energy and Environmental Design (LEED) certification, Building Information Management (BIM) and sustainable design. c. Primary disciplines required are structural, mechanical, electrical, architectural, and cost engineering. Secondary disciplines which may be required include civil, hydraulic, geotechnical, fire protection engineering, landscape architects, hydrology, geology, construction and. LEED Accredited Professional (AP). SF 330, Part II General Qualifications, Page 6, may be included and counted in the maximum 6 page requirement. d. Individual task orders may include maintenance and repair type projects and miscellaneous architectural and engineering services associated with military installations, VA facilities and other building projects. Construction phase services may also be required. e. The contractor shall be responsible for designs and drawings using computer aided design and drafting (CADD). Work may be performed in an AutoCAD, MicroStation, or equal, environment. GIS work may be field, desktop or Internet based. Firms may be required to develop Hyper-Text Mark-up Language (HTML) as the project medium. Responding firms must show computer and Internet capability for accessing the Criteria Bulletin Board System (CBBS) http://cbbs.spk.usace.army.mil/index.html and the Design Review and Checking System (DrChecks) https://www.projnet.org. Estimates shall be prepared using Corps of Engineers Computer Aided Cost Estimating system (M-CACES Second Generation MII) (software provided by Government) software. Point of Contact is Mr. Stanley Ho, (916) 557-6677, e-mail Stanley.Ho@usace.army.mil. 4. SUBMISSION REQUIREMENTS: All interested Small Business parties are encouraged to respond to this notice and may respond to this announcement by submitting statements of qualifications following the instructions below. The qualification statement is limited to 6 pages total; however, your Small Business Administration certification of small business status and type of small business is required with this submittal, but will not be counted in the total pages. The responses must be specific to each of the qualifications listed above to show that the respondent meets each qualification or has the skills and experience; if a response does not show that the respondent meets each of the qualifications and possesses the skills and experience, it will not be considered by the Government. This is not a request for proposals or quotation; there is no solicitation available at this time. A determination by the government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, small business, etc. or unrestricted is within the discretion of the government. All responses are due in hard copy only to the US Army Corps of Engineers, Sacramento District, ATTENTION: Harold Williamson, 1325 J Street, Room 878, Sacramento, CA 95814-2922, not later than 4:00 pm (local time) on 17 July 2009. Point of Contact Carolyn E Mallory, 916-557-5203 Email your questions to US Army Engineer District, Sacramento at Carolyn.E.Mallory@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-09-S-9191/listing.html)
- Place of Performance
- Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA<br />
- Zip Code: 95814<br />
- Zip Code: 95814<br />
- Record
- SN01869822-W 20090711/090709235359-2184802adc43965fee69f62cc00aa8fd (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |