SOURCES SOUGHT
C -- Architect-Engineer design services in support of the Facility Repair and Renewal Program
- Notice Date
- 9/12/2012
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-12-R-0044
- Response Due
- 10/4/2012
- Archive Date
- 12/3/2012
- Point of Contact
- John C. Kirkwood, 256-895-1793
- E-Mail Address
-
USACE HNC, Huntsville
(john.c.kirkwood@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541310 (Architectural Services). This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) AND IS NOT A REQUEST FOR A STANDARD FORM 330 nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville is seeking capability statements from Small Business concerns interested in proposing on an Indefinite Delivery type service contract for Architect-Engineer (AE) design services in support of the Facility Repair and Renewal (FRR) Program. Large Business concerns need not respond to this sources sought. Any contracts awarded are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. The FRR program provides quick response for facility repair, renovation, conversion, alteration, additions, construction, and equipment procurement/installation at Government installations and facilities. The U.S. Army Corps of Engineers; Engineering and Support Center, Huntsville anticipates a multiple award of up to three Indefinite Quantity Architect- Engineer contracts with a one (1) year base period with four (4) one year option years for a total five (5) year contract and an estimated program value of $9M. The Huntsville Center, Corps of Engineers, intends to solicit and award multiple indefinite delivery contracts for architectural/engineering services for FRR projects. It is the Government's intent to explore whether this acquisition should be a restricted as a small business set-aside. As a result, the Government is performing market research in order to determine whether small businesses possess the capability to execute the requirements within this acquisition. Respondents need to indicate all small business designations (small business, 8(a), certified HUBZone, women-owned and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to respond to the requirements presented below. If no experience or capabilities are associated with a particular requirement, so indicate. Based upon small business responses received, consideration will be given to determining if the acquisition will be set-aside for small business competition. This contract is intended to provide various levels of design services and other associated A-E services for failed or failing (non-medical) facilities, systems, and equipment. All technical discipline services required to accomplish the tasks shall also be provided. Specific undertakings include, but are not limited to, the following: GENERAL A-E SERVICES oStudies oInvestigations oTests oEvaluations oConsultations oComprehensive planning oProgram management oValue engineering oDesign analyses oParametric estimates DESIGN SERVICES oConceptual designs oDetail plans and specifications oSurveying and mapping oSoils engineering ENGINEERING SERVICES oConstruction phase services oDrawing reviews oAs-built preparation oPreparation of operating and maintenance manuals oCost estimates oEquipment and systems commissioning and other relates services. Prior Government contract experience is not required for submitting a response under this source sought notice or for submitting a proposal under the future planned solicitation. However, all construction performance must be in compliance with the U.S. Army Corps of Engineers (USACE) Safety and Health Requirements Manual, EM385-1-1 (a copy may be obtained at the following website address: (http://www.usace.army.mil/usace-docs/eng-manuals/em385-1-1/toc.htm) and must also comply with all Federal, State and local laws, ordinances, codes, and regulations. In addition, OCONUS work performed in support of this program must be in compliance with applicable host nation requirements. All responsible sources interested in this acquisition are encouraged to register with the federal business opportunities website as an interested vendor. You are also encouraged to register on the federal business opportunities website to receive notification with regard to any updates posted to the federal business opportunities website for this acquisition. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this sources sought notice. All such responses will be considered by the agency. Responses/capability statements provided as a result of this notice shall include the following information: 1.Vendor(s) name 2.Business address 3.Point of Contact with Phone number and Email address 4.Business size 5.Designate if -8(a) status -HubZone status -Service Disabled Veteran Owned (SDVO) status -Woman Owned status 6.Cage code as listed in the CCR/SAM. 7.A Small Business concern shall indicate whether proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture. Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements 8.A Small Business concern shall demonstrate the capability of performing multiple task orders simultaneously in various geographic locations. How many locations and or projects can your company provide support for simultaneously? Provide the assumed size of the projects for your estimate. 9.A Small Business concern shall indicate a satisfactory record of experience and completion of similar non-medical facility contracts, and will demonstrate sufficient equipment, personnel, organizational, financial, and technical capability to ensure satisfactory completion of the contract. Indicate the number of professional architects and engineers by discipline available in the firm. 10.A Small Business concern shall demonstrate the capability of performing work in the required geographic locations throughout the Continental United States (CONUS), to include the District of Columbia, and outside the Continental United States (OCONUS), including but not limited to, Alaska, Hawaii, Guam, Puerto Rico, U.S. Territories and possessions, Kuwait, Iraq, Saudi Arabia, Egypt, Afghanistan, Japan, Korea, Germany, Belgium, Kwajalein, Spain, Italy, Israel, Poland, United Kingdom, and Turkey.. 11.A Small Business concern shall demonstrate the capability and qualifications to provide A-E services for Facility Repair and Renewal and related projects involving various issues and requirements. Indicate whether the firm has experience with each of the following: -Safety and Health (OSHA) -Force Protection -Hazardous Material and Hazardous Waste (to include Asbestos and Lead Base Paint) -Leadership in Energy and Environmental Design (LEED) 12.A Small Business concern shall indicate the capability and qualifications to provide Quality Assurance and construction phase services over the construction contractor's quality control process using the Corps of Engineer's quality assurance procedures as identified in ER 1180-1-6 (Contracts Construction Quality Management). 13.Indicate the number of non-medical designs performed by your firm within the last 6 years with a repair/renovation (construction) value of: * Between $250,000 and $500,000. * Between $500,000 and $1,000,000. * Between $1,000,000 and $5,000,000. * Between $5,000,000 and $10,000,000. * Between $10,000,000 and $25,000,000. 14.Confirm that your company is permitted by law to practice the professions of architecture or engineering IAW FAR 36.601-4 (b). Submit responses via email to john.c.kirkwood@usace.army.mil. The email subject line shall be "FRR AE Capability Narrative". Submission should be received by October 4, 2012 and should not exceed 5 one-sided, 8 1/2" X 11" pages. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, SF330, etc) will not be considered. Questions concerning submissions should be directed to John C. Kirkwood, Contract Specialist at 256-895-1793 (john.c.kirkwood@usace.army.mil) or Marcus D. Adams, Contracting Officer at 256-895-1386 (marcus.d.adams@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-12-R-0044/listing.html)
- Place of Performance
- Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN02879621-W 20120914/120913001038-b8b7a16077ff9faae3871faa7537866e (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 |