SOURCES SOUGHT
C -- THIS IS NOT A REQUEST FOR PROPOSALS (RFP) AND THERE WILL BE NO SOLICITATION AVAILABLE AT THIS TIME. HOWEVER, RESPONSES WILL BE USED TO DETERMINE THE APPRORIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION.
- Notice Date
- 5/11/2012
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
- ZIP Code
- 96707
- Solicitation Number
- W912J6-12-R-00XX
- Response Due
- 5/25/2012
- Archive Date
- 7/24/2012
- Point of Contact
- manuel llanes, 808-844-6335
- E-Mail Address
-
USPFO for Hawaii
(manuel.llanes@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Businesses, certified 8(a), certified Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) firms interested in providing professional A-E services for various projects throughout the State of Hawaii for the Air and Army National Guard. Small business size standard is $4.5 million for the North American Industry Classification System (NAICS) Codes 541310/541330. The procurement will be for a single firm-fixed-price, multi-discipline A-E IDIQ contract in accordance with PL 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Subpart 36.6. The contract will consist of a base period of one (1) year with options exercisable for four (4) successive one (1) year option periods with a minimum value of $5,000 per contract period which represents the minimum value of work the Government is required to order. Individual task orders may be of any value within the contract maximum ceiling value of $10 Million. Work will involve a broad variety of investigative, design and construction monitoring services (Types A, B, and C services respectively), and miscellaneous other services which include, but are not limited to: Investigative, design and/or monitoring services for design-bid-build and design-build projects pertaining to repair, maintenance, alteration or new construction of facilities and aviation-related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation and archaeological studies and reports; topographic subsurface investigation and other surveys; anti-terrorism/force protection; space planning and interior design; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle cost analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; and on occasion, participation in peer review processes and source selection boards. All designed projects shall incorporate applicable sustainable design methods and practices in accordance with Energy Policy Act (EPACT) 2005 and ANG Sustainable Design and Development policies. The work will require primary disciplines of architectural, mechanical, electrical, civil and structural engineering; cost estimating; and specs writing services but may also necessitate geotechnical, toning/subsurface mapping, environmental, industrial hygienist, fire protection, historic preservation and archaeological monitoring, surveying, space planner/interior designer, landscape architect or designer, construction manager/inspector, USGBC LEED accredited professional, and other disciplines with specialized experience. The A-E firm must have an established working office on the island of Oahu and must have either in-house or through consultants the above-mentioned disciplines to perform the necessary work. Please provide your responses by 4:00 p.m. (Hawaiian Standard Time) on 25 May 2012, by email to manuel.llanes@us.army.mil or jesse.sannicolas1@us.army.mil mail to the following address: USPFO for Hawaii, ATTN: CPT Manuel Llanes, Contracting Officer, 91-1179 Enterprise Avenue, Kapolei, HI. 96707-2150 The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-12-R-00XX/listing.html)
- Place of Performance
- Address: USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI
- Zip Code: 96707
- Zip Code: 96707
- Record
- SN02745940-W 20120513/120511235245-dfc6021221ad3362450e73fce8360db1 (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 |