Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2011 FBO #3424
SOURCES SOUGHT

C -- SOURCES SOUGHT NOTICE ONLY FOR BUSINESS SOURCES FOR A MASTER PLANNING, ARCHITECTURE, INTERIOR DESIGN AND LANDSCAPE ARCHITECTURE SERVICES FOR USACE, NEW ORLEANS DISTRICT

Notice Date
4/8/2011
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-11-S-0003
 
Response Due
4/15/2011
 
Archive Date
6/14/2011
 
Point of Contact
Jenifer M. Bordelon, 504-862-2466
 
E-Mail Address
USACE District, New Orleans
(jenifer.m.bordelon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. The tracking number for this announcement is W912P8-11-SS-0003. The NAICS code for this proposed acquisition is 541330. The Product Service Code is C211. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding the availability of businesses capable of completing this work. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified businesses. DESCRIPTION OF SERVICES: The US Army Corps of Engineers - New Orleans District Office (USACE) is in the beginning stage of an installation master plan that includes a 327,000 square foot office building authorized for 1,361 personnel. The office building is contained within a security controlled 27 acre campus that includes: a 34,750 square foot warehouse a 33,776 square foot labor unit shop a child care facility Mississippi River maritime infrastructure A helicopter landing pad. USACE would like to develop a sustainable and flexible installation master plan for the existing buildings and campus grounds based on public law, executive orders, federal standards/guidelines and USACE's environmental operating principals. Work may include establishing a community vision, facility programming, space planning, area development planning, phasing studies, and the development of a comprehensive master plan based on concepts developed in the Army's Real Property Master Planning Technical Manual, 3rd Edition -July 2009 located at ftp://ftp.usace.army.mil/pub/mvn/Master%20Planning%20Technical%20Manual/. This RFI is issued for informational and planning purposes only. The information requested will be used within the USACE to facilitate decision making and will not be disclosed outside the agency. Please note that the USACE will NOT be responsible for any costs incurred by interested parties in responding to this request for information. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. Request interested contractors submit a synopsis of your capability package to include the following information: (1) Company name, address, point of contact and their telephone number and e-mail address; (2) Approximate annual gross revenue; (3) Any small business status (8(a), HUB Zone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large construction service contract such as this; (7) If you indicated your role will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (8) Indicate if your company primarily does business in the commercial or Government sector; (9) Please describe any commercial-sector or government contracts you have performed for similar construction projects and provide with a point of contact in order to verify the work preformed; (10) Indicate which NAICS code(s) your company usually performs under for government contracts; (11) Indicate if you have previous experience performing federal installation work involving master planning, architecture, interior design and landscape architecture? If yes, please provide brief description of scope of work, customer name, customer contact, contract number, contract value and sub/prime ratio. IMPORTANT: The page limit for the capability package is 4 pages/12 pitch Times New Roman. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents WILL NOT be notified of the results of the evaluation. Statements that do not meet all requirements or submitted within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT synopsis may be e-mailed to Jenifer.m.bordelon@usace.army.mil. Responses must be received no later than 4:30pm Central, Friday, April 15, 2011. NOTE: (FARS 52.204-7) Prospective contractors must be registered in the CCR database prior to award of a contract. By regulation, no DoD contract can be awarded to any contractor that is not registered in the Department of Defense "Central Contractor Registration" (CCR). If your company is not currently registered in the CCR you may do so by simply going to http://www.ccr.gov. You will be required to provide your company's Dun and Bradstreet number. If you do not already have a D&B number, one can be obtained simply by calling Dun and Bradstreet at (800) 333-0505.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-11-S-0003/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN02421009-W 20110410/110408235006-51eb465e6828b057d41598ad72584714 (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 |
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.