Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2014 FBO #4558
SOURCES SOUGHT

C -- IDIQ Contract for A/E Services

Notice Date
5/16/2014
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Office of HQ PS (HQ)U.S. Department of EnergyOffice of Headquarters Procurement ServicesMA-641000 Independence Ave., S.W.WashingtonDC20585US
 
ZIP Code
00000
 
Solicitation Number
DE-SOL-0007038
 
Response Due
5/30/2014
 
Archive Date
6/6/2014
 
Point of Contact
Bari R. Brooks
 
E-Mail Address
Bari.Brooks@hq.doe.gov
(bari.brooks@hq.doe.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT to conduct market research for a Small Business Set-Aside Indefinite Delivery Indefinite Quantity (IDIQ) Architect/Engineer Contract for the Department of Energy (DOE). This announcement is to identify potential interested Architect/Engineer (A/E) firms that are either small business or classified under one or more of the following small business programs: (1) Service-Disabled Veterans-Owned Small Business (SDVOSB), (2) Veteran-Owned Small Business (VOSB), (3) HUB Zone, (4) Section 8(a), (5) Small Disadvantaged Business (SDB), and/or (6) Woman-Owned Small Business (WOSB). The firms must be an Architect/Engineer Firm with an approved NAICS Code of 541310 and 541330 with the size standard of $7.0 million and $14.0 million respectively in annual average gross revenues for the last three (3) calendar years. The intent is to award one or more vendors but the number of awards depends on the number of highly qualified small businesses. The determination of acquisition strategy for this acquisition lies solely with the Government. DOE intends on awarding an IDIQ contract with a one year base and four one-year options. A/E services shall be required for an undetermined number of projects of varying size and complexity. The estimated minimum task order amount is $5,000. The estimated maximum task order amount is $500,000. Services will be procured in accordance with the Brooks Act (PL 92-582), FAR Part 36 and DEAR Part 936. The A/E firm must have, either in-house or through consultants, licensed/registered professionals, where required, to perform work in the following areas: (1) architectural design; (2) planning; (3) interior design; (4) civil engineering; (5) structural engineering; (6) mechanical engineering; (7) plumbing engineering; (8) landscape architecture; (9) exhibit design; (10) historic preservation; (11) fountain and water display; (12) electrical engineering; (13) electronic engineering; (14) acoustical and audio visual engineering; (15) vertical transportation; (16) roofing and waterproofing; (17) food service design; (18) sustainable design; (19) commissioning; (20) fire protection; (21) environmental compliance; (22) industrial hygiene; (23) security; and (24) cost estimating. These services will support DOE facilities in both Washington, D.C. and Germantown, Maryland. See attached draft Statement of Work (SOW) for more information. The A/E firm and team must demonstrate expertise in their respective fields and have recent experience in the design/services listed above. In addition, the firm or team must have experience with Building Information Modeling (BIM) in developing project from its initial conception through completion of documentation and Enterprise Geographic Information Systems. Members of the firm or team must be licensed or registered in the state where the project or task order is being issued. A/E firms who are Small Businesses and possess the skills and capabilities necessary to perform the stated requirements are invited to a submit capability statement of no more than 14 pages to demonstrate their comprehensive skills, capability, and capacity to provide the services required by the SOW. No proprietary or confidential commercial/financial information is being sought, nor should it be submitted. The response must also include sufficient evidence that the respondent has the ability to meet the requirements in the SOW. All information submitted will be considered procurement sensitive. Responses should include the following information: 1. Company Name, Address, Point of Contact, Phone number and e-mail address. 2. Business size determination, qualifying Small Business status and DUNS number. 3. Demonstration of the firm?s experience within the past five years, listing the projects completed and how these projects. Provide a brief description of the work performed, to include project title, dollar amount and which functional areas were self-performed, along with a customer contact name and phone number. 4. Provide information on firm?s assets, key personnel and financial resources that demonstrate the firm?s responsibility and capability to perform the SOW. 5. Capacity to accomplish the SOW, either through a teaming arrangement, joint venture and/or mentor-protege relationship, as applicable. Please review FAR 52.219-14 for limitations. 6. The geographic proximity of each firm to the DOE facilities in both Washington, D.C. and Germantown, Md. This statement for this Sources Sought is not expected to be a Request for Proposal or Invitation for Bid. This notice 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. No evaluation letters and/or results will be issued to the respondents. At this time no solicitation exists; therefore please do not request a copy of the solicitation. It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. Firms responding to this market research must submit their responses via Compusearch's FedConnect portal (https://www.fedconnect.net) by 3:00 p.m. on May 30, 2014 to be considered. OTHER MEANS TO RESPOND WILL NOT BE ACCEPTED. Instructions on how to submit your response via Compusearch FedConnect portal may be found in the ?Need help?? section on the FedConnect page. Assistance in submitting a response through the system can also be obtained by calling the Help Desk at 1-800-899-6665 between 8:00 a.m. and 8:00 p.m. Eastern Standard Time, Monday through Friday, except Federal Holidays. Personal visits, for the purpose of discussing this announcement or the Submittal, will not be allowed. No questions will be answered about this Sources Sought Announcement. NOTE: To be eligible for contract award, a firm SHALL be registered in the System for Award Management (SAM). Interested respondents must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. A DUNS number is required to register. Instructions for registering are on the web page.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-SOL-0007038/listing.html)
 
Record
SN03369225-W 20140518/140516234955-51b10ad7de5be3a9101e3655920a7477 (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.