Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2015 FBO #5138
SOURCES SOUGHT

C -- Architect-Engineering (A-E) Services, for Air Force Medical Services, Little Rock District (SWL) U.S. Army Corps of Engineers

Notice Date
12/16/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S-16-R-6004
 
Archive Date
1/30/2016
 
Point of Contact
Lakisha D. Vance, Phone: 5013401264, Arthur J Brown, Phone: 501-40-1038
 
E-Mail Address
lakisha.d.vance@usace.army.mil, aj.brown@us.army.mil
(lakisha.d.vance@usace.army.mil, aj.brown@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Architect-Engineering (A-E) Services, for Air Force Medical Services, Little Rock District (SWL) U.S. Army Corps of Engineers This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit for and award a requirement that includes A-E Services for Air Force Medical Service with a possibility for other customers of SWL to include Southwestern District (SWD), Arkansas. Proposed project will of an Indefinite Delivery Contract (IDC), in accordance with FAR 36.6 and the Engineering Pamphlet (EP) 715-1-7. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, EDWOSB and SDVOSB are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing such as programming, planning and design of healthcare projects in the following areas: (1)Master Planning (2)Design (3)Assessment/Studies (4)Project Support Services (5) Other services that may be required under this contract include development of full design-bid-build packages and Request for Proposal (RFP) packages for design-build projects; DD Form 1391 documentation, plans, specifications, Capital Investment Decision Models; Cost estimating, cost control and scheduling; Value Engineering studies/evaluations and related studies, Engineering and environmental studies, reports and related services, NEPA documentation; Energy computations, Leadership in Energy and Environmental Design (LEED) studies/certification, Historical society coordination/documentation; surveying, soil borings, energy computation, life safety code studies, other associated engineering services, hazardous materials identification, survey for hazardous, toxic, or regulated materials, incidental asbestos and lead paint survey work may be required relating to the design services; planning, studies, site investigations. Additional design considerations may include, but are not limited to, medical gas systems, fire protection, landscaping, force protection, communication and data design, architectural evaluations, architectural hardware, electronic and communications systems, environmental and EPA regulatory considerations for storm water and site drainage pollution prevention plans; Section 404 Permits and construction site requirements. The previous AE services type used AE-1 Programmatic, AE-2 RFP and Design and AE-3 Construction Phase Service. Estimated duration of the project is 5 years, 1 base year of twenty-four (24) months and 3 one (1) year options. The North American Industry Classification System code for this procurement is 541330 which has a small business size standard of $15,000,000. The Standard Industrial Code is 8711 and The Federal Supply Code is C219. The IDC award capacity is $45 Million. The place of contract performance is nationwide (CONUS). Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for specialty construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated pre-solicitation/synopsis issuance date is on or about February 1, 2016, and the estimated proposal due date will be on or about March 1, 2016. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to A-E contracts with a similar scope, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, EDWOSB or SDVOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 am on 15 January 2016. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, or email your response to Lakisha Vance, Little Rock District Corps of Engineers, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201, lakisha.d.vance@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-16-R-6004/listing.html)
 
Place of Performance
Address: USACE District, Little Rock, AR, P.O. Box 867, Little Rock, AR 72203-0867, 700 West Capitol Ave, Room 7315, Little Rock, AR 72201, Little Rock, Arkansas, 72201, United States
Zip Code: 72201
 
Record
SN03971167-W 20151218/151216234527-59cd51dde1f5e2f426a928c465e23063 (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.