SOLICITATION NOTICE
C -- Professional Architectural and Engineering Services
- Notice Date
- 2/23/2015
- Notice Type
- Cancellation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- L15PS00175
- Archive Date
- 3/26/2015
- Point of Contact
- Brenda Smith, , Jeane Steed,
- E-Mail Address
-
bssmith@blm.gov, jsteed@blm.gov
(bssmith@blm.gov, jsteed@blm.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Operations Center (NOC) for the Bureau of Land Management (BLM) is issuing this sources sought to survey industry for potential contractors with the necessary skills, knowledge and expertise required for this effort. This is NOT a request for proposal (RFP). A solicitation is not being issued at this time, and this notice shall not be construed as a commitment by the government to issue a solicitation or ultimately award a contract. Information provided to the government as a result of this notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs will arise as a result of a contractor's submission of responses to the government. Information obtained from industry's response to this notice may be used in the development of an acquisition strategy and future RFP. The NAICS code for this acquisition will be 541310, Architectural Services, with a small business size standard of $7.5 million. All future information will be available on FedBizOps at http://www.fbo.gov. It is the responsibility of interested parties to monitor and review this site frequently for any updates, changes, or amendments to this notice. The BLM is seeking information for its upcoming requirement for professional architect and engineering (A&E) services. These services will be a board range of projects located bureau-wide within the United States. This work may take place in any state that has public lands. However, the work will primarily be located in the following states: Alaska, Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Utah and Wyoming. It will be a requirement that all architects, engineers and surveyors on the contract possess licenses in all of the foregoing states and have the ability to obtain licenses in any other state in the nation where work may be required. Services will include Title I, Preliminary Design; Title II, Construction Documents; and Title III, Construction Management. Firms must be capable of managing large and small projects concurrently in different geological areas throughout the nation. This requirement is for A&E services pertaining to projects in any BLM owned or operated land throughout the nation and will be acquired under NAICS 541310, Architectural Services, with a size standard of $7.5 million. The following A&E services are representative of work under this requirement: evaluation of field conditions, pre-design services, project planning and coordination, geotechnical surveying, design development, construction documents, construction administrative services including assistance during proposal period, new and existing and/or tenant improvement of BLM owned or leased facilities. The work may encompass the following: design of public facilities (visitor/interpretive centers, comfort stations, recreation sites), administrative facilities (offices, operation centers, warehouses, vehicle storage garages, fire stations, fire engine garages, air tanker facilities, dispatch centers), infrastructure (electrical systems, mechanical systems, water and sewage systems, communications and security systems, radio transmission towers, solar and wind energy, HVAC systems), housing (single family, dormitories, building remodels), and other BLM assets (roads, trails, bridges, dams, dikes, canals, boat ramps, pump stations, water control, well structures, air strips). Facility designs must comply with the following codes: the latest edition of the International Building Code (IBC), Architectural Barriers Act Accessibility Standards, Sustainable Buildings Implementation Plan (SBIP) and the 5-Guiding Principles for Sustainable Buildings Design. In addition, firms must have demonstrated technical competence in integrated design approaches leading to facilities/projects that are energy-efficient, cost effective, and sustainable. Additional services include value engineering/analysis (certified value specialists), LEED (certified specialists), sustainability design and analysis, third party LEED commissioning resource, visual resource inventory and management expertise, solar and wind energy strategic planning, shoreline stabilization design and analysis, water and waste-water treatment, water well design and construction. All interested parties are encouraged to complete the following questionnaire expressing interest in this upcoming acquisition. 1. Company information (name of company, address). 2. Type of business [to include small ($7.5M size standard) or large, and if small, any socioeconomic categories]. 3. Company's DUNS number. 4. Contract information (name, title, phone, e-mail). 5. How long has your company been in business? 6. Are your architects licensed in all of these states: Alaska, Arizona, California, Colorado, Idaho, Montana, Nevada, New Mexico, Utah and Wyoming? Do they have the ability to obtain licenses in any other state in the nation? How long will that take? 7. If the contract is awarded to small business, FAR clause 52.219-14 will be included along with the requirement to provide written reports every six months on the cumulative cost of contract performance and the cumulative cost of contract performance incurred for personnel of the prime contractor only. The small business prime must have the ability to perform at least 50 percent of the work in accordance with this clause. Failure to do so will result in contract termination for a material failure to meet contract terms and conditions. Can your firm meet this requirement? 8. Are there specific areas that are more suited for small business (such as dams/bridges, mechanical/electrical, etc)? Please provide input and explain. 9. Please provide capabilities (no more than two pages). The point of contact is Brenda Smith at bssmith@blm.gov. Please provide information via e-mail to bssmith@blm.gov and a copy to jsteed@blm.gov by March 11, 2015. We very much appreciate your input!
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/L15PS00175/listing.html)
- Record
- SN03648905-W 20150225/150223234927-d832c4e333ae4f8ca68a0b116678a055 (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 |