SOURCES SOUGHT
C -- Architectural and Engineering Services
- Notice Date
- 5/9/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-12-R-0026
- Archive Date
- 6/7/2012
- Point of Contact
- Herbert W. Hankins, Jr., Phone: 757-201-7136
- E-Mail Address
-
herbert.w.hankins@usace.army.mil
(herbert.w.hankins@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY and is not a request for competitive proposals. The Norfolk District, Corps of Engineers is conducting market research to identify potential sources for one or more Indefinite Delivery/Indefinite Quantity (IDIQ) Contract(s) for Architectural and General Engineering (A-E) Services within the jurisdiction of the Norfolk District and North Atlantic Division, Corps of Engineers. INFORMATION: This is a Sources Sought Synopsis announcement; a market survey for information will be used for preliminary planning purposes. The information received will be used within the Army to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made to devise an acquisition strategy and decide if a proposed solicitation can be issued as a competitive set-aside for U.S. Small Business Administration (SBA) certified 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses and/or Small Business, or whether to issue a proposed solicitation as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. The Army anticipates the A-E IDIQ Contract(s) will include multidiscipline design and professional services related to the following: 1. Design, drafting, planning, programming, cost estimating, topographic or boundary surveys, on site construction management, shop drawing reviews, preparation of Requests for Proposals (RFPs) for Design/Build Projects, various engineering studies, site investigations, value engineering services, subsurface geotechnical investigation, testing, and reports, design services for new construction and/or renovation, demolition, and alterations of existing facilities, environmental studies, testing and reports, hazardous materials testing, abatement, and other design services. 2. The A-E firms will be responsible for drawing preparation using computer-aided design and drafting (CADD) software or Building Information Modeling (BIM) software. Drawings must adhere to the compliance A/E/C CADD standards as issued by the CADD/GIS Technology Center (http://tsc.wes.army.mil/products/standards/AEC/intro.asp). 3. The A-E firms will be responsible for using MII software in work breakdown structure (WBS) in order to prepare cost estimates and creating specifications shall be prepared using SpecsIntact software. 4. All services will be performed in accordance with the Norfolk District Design Guide. The Army anticipates the A-E IDIQ Contract(s) will comprise of a base period of performance for one-year and include four additional one-year options. Together, the A-E IDIQ Contract(s) will not exceed a term of five years and shall not exceed $10,000,000 over the life of the contract. Furthermore, the Army anticipates the A-E IDIQ Contract(s) will be awarded within 2012. The applicable NAICS code for the A-E IDIQ Contract(s) is 541330. RESPONSE: Interested parties are invited to respond to this sources sought announcement and provide a narrative to address the following information. 1. Company profile to include: Name of the business, complete contact information, business size and socioeconomic category (Service Disable Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business, Hubzone Small Business, 8 (a) Small Business, etc.). To qualify as a Small Business under any of the above socioeconomic categories, in the event a set aside is done for any of these small business categories; at least 51% of the cost of personnel for contract performance shall be spent on employees of the small business concern in the appropriate socioeconomic category. Interested parties shall be prepared to demonstrate how this requirement will be met, as meeting this requirement will be evaluated in determining the successful offeror once a solicitation is issued. Small business concerns should not claim eligibility for any given set-aside if they cannot meet the cost of personnel requirement for that set-aside. 2. Evidence of experience with similar Architectural and Engineering services. a. Specialized Experience and Technical Competence i. Demonstrate recent experience by the prime firm and its sub consultants with regard to horizontal and/or vertical construction on Federal installations ii. Demonstrate recent experience by the prime firm and its sub consultants with regard to the preparation of design/bid/build and design/build RFP's iii. Demonstrate knowledge of codes, laws, permits and construction materials and methods in the contract area iv. Demonstrate the ability to prepare construction cost estimates using Government furnished programs such as MII v. Demonstrate the ability to prepare specifications using Government furnished programs such as SpecsIntact vi. Demonstrate the ability to prepare construction drawings using AutoCAD or Revit b. Professional Qualifications Demonstrate the education, training, registration, overall and relevant experience, and longevity of key management and technical personnel to include: • Two Registered Architects • One Certified Landscape Architect • One Certified Interior Designer* • Two Registered Electrical Engineers • Two Registered Mechanical Engineers • Two Registered Civil Engineers • Two Registered Geo-Tech Engineers specializing in geo-technical analysis and reporting • Certified Soil Boring and Testing Capability • One Registered Structural Engineers • One Registered Communication Engineer% • One Registered Fire Protection Engineer# • One Registered Environmental Engineer • One Registered Surveyor • Survey Crew • One Certified Value Specialist • One LEED Accredited Professional • One Qualified Cost Estimators$ * Certified means having a minimum of four years experience dedicated to interior design, and the following: (a) a degree in Interior Design or Interior Architecture from an accredited university, (b) have passed the National Certification of Interior Design Qualification (NCIDQ) and (c) be Certified Interior Design (CID). % Qualified means Registered Communications Distribution Designer (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have a current active RCCD registration. This person shall also be a Registered Electrical Engineer. # Qualified means a registered professional engineer, have a minimum of five years experience dedicated to fire protection engineering, and one of the following: (a) a degree in Fire Protection Engineering from an accredited university, (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination, or (c) be registered in an engineering discipline related to fire protection. $ Qualified means a degree in Engineering or Architecture with at least 10 years Cost Estimating experience. Design Team members responsible for construction cost estimating must demonstrate prior experience in use of MII software. The anticipated IDIQ Contract(s) will require each A-E firm to provide the above personnel (either in-house or through a sub consultant) as a minimum. Required personnel cannot fulfill more than one role on the project team, i.e. A separate employee must be provided for each stated requirement above to meet the number required. c. Past Performance i. Demonstrate experience incorporating sustainable principles and practices through an integrated design approach in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System ii. Demonstrate experience of actual schedule performance vs. established milestones iii. Demonstrate experience of construction cost estimating iv. Demonstrate experience with establishing an internal program/process for quality control and list key personnel responsibilities Narrative should be no longer than 15 pages in length. Interested parties should respond not later than Wednesday, May 23 at 2:00 p.m., Eastern Time. Interested parties should send narrative via email to: CPT Bert Hankins Contract Specialist herbert.w.hankins@usace.army.mil This Sources Sought Notice is to assist the Corps of Engineers in identifying an appropriate acquisition strategy only. Once the final solicitation is issued, the same will be announced/posted in Federal Business Opportunities (FBO) with sufficient time for all interested parties to respond accordingly. Interested parties shall respond to the solicitation in order to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0026/listing.html)
- Record
- SN02743226-W 20120511/120509235136-227ed342a8fadd9e449ddb48d67ca8aa (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 |