SOURCES SOUGHT
C -- Property Planning, Programming and Management Support
- Notice Date
- 3/10/2016
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY-16-R-0028
- Archive Date
- 4/27/2016
- Point of Contact
- Veronica Portley Joyner, Phone: 2568951219
- E-Mail Address
-
veronica.p.joyner@usace.army.mil
(veronica.p.joyner@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources under two (2) North American Industry Classification System (NAICS) codes, 541310 (Architectural Services) and 541330 (Engineering Services). Offerors shall identify under which NAICS code(s) they are registered and qualified to perform. 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 Architect-Engineer (A-E) firms interested in proposing on an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for architectural and engineering services for real property planning, programming and management support for the Department of Defense and other government agencies and activities. The overall planning and programming support actions include real property master planning, facility quantitative and alternative requirements analysis, economic analysis, production of facility management support documentation, facility utilization studies, area development planning, graphic renderings, utility/infrastructure capacity analysis, sustainability and energy studies, and project programming documents. Technical support includes, but is not limited to, planning, programming and installation/facility management of real property, identifying and quantifying facility requirements, engineering analysis, geospatial projects, facility management support, facility utilization studies, land use requirements studies and analysis, environmental documentation, energy studies and project programming and procurement documents. These activities may involve projects on any government installation within the contiguous United States (CONUS) and outside the contiguous United States (OCONUS). The U.S. Army Corps of Engineers, Engineering and Support Center, Huntsville anticipates a multiple award IDIQ contract with a one (1) twelve month (12) base period with four (4) 12-month option periods. This multiple award IDIQ contract will have a shared capacity of $100M This market research will aid the Government in determining firms that possess the capability to execute the requirements within this notice. Interested small and large business firms who meet the capability requirements identified in this notice are requested to reply to this announcement with a response to the Capability Statement Questionnaire presented below. If no experience or capabilities are associated with a particular requirement, so indicate. Based upon the responses received from small businesses, consideration will be given to determine if this acquisition can be set-aside for small business competition. SUBMISSION REQUIREMENTS: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice by Tuesday, April 12, 2016, 2:00 P.M. Central Standard Time. All responses under this Sources Sought Notice must be emailed to Veronica Joyner, Contract Specialist, at veronica.p.joyner@usace.army.mil. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: * Should not exceed 10 one-sided, 8 1/2" x 11" pages * New Times Roman font, size 12 * Microsoft Word compatible, version 2003 or newer The submission shall address all questions in the Sources Sought Questionnaire and the firm's ability to perform the services as stated in Description section of this Sources Sought Notice. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, SF330, etc.) will not be considered. Questions concerning this notice should be directed to Veronica Joyner, Contract Specialist at (veronica.p.joyner@usace.army.mil) and Raven Nall, Contracting Officer at (raven.a.nall@usace.army.mil). Personal visits for the purpose of discussing this announcement will not be scheduled. SOURCES SOUGHT QUESTIONNAIRE 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. CAGE Code: 4. North American Industry Classification System (NAICS) code(s) (list all NAICS codes your firm is registered under): 5. Identify a responsible point of contact who can be contacted regarding your response, their phone number and email address. 6. Check All That Apply: Our firm is a ( ) 8(a) small business, ( ) service-disabled veteran-owned small business, ( ) HUBZone small business, ( ) Small Disadvantaged Business, ( ) Woman Owned, ( ) Minority, ( ) Native American, ( ) Small Business, ( ) Large Business 7. Will your firm be proposing as an: ( ) Sole Contractor ( ) Prime Contractor (if small business) performing at least 50% of the work with subcontractor(s), ( ) Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or ( ) Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) 8. Experience: Has your firm performed and/or are in the process of performing A-E services for planning and programming support as described above? If so, provide customer references, locations, scope of effort, dollar value and dates of efforts performed within the past five years. 9. Capabilities: Does your firm have qualified and experienced personnel to provide A-E Services relative to the requirements stated above? Provide the number of qualified key personnel, minimum and maximum years of experience and the average years of experience. 10. Does your firm possess, or have the ability to possess, the required licenses, permits and/or certifications to perform A-E Services? 11. Capacity: Provide specific details on your current and projected capacity to simultaneously execute requirements, especially in varied and/or disparate geographical areas. Provide information on the magnitude of simultaneous task orders that you can perform. 12. Does your firm have the capacity to manage A-E Services in a cost-effective, timely and contract conforming manner? Please provide specific examples based on previous projects. 13. Does your firm have experience in providing and maintaining an effective quality control program? Provide examples. 14. Does your firm have the ability to perform these requirements for CONUS and/or OCONUS locations? Are there any limitations in regards to the location of requirements? Please identify all OCONUS locations, along with project titles and descriptions, where you have performed the same or similar services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-16-R-0028/listing.html)
- Place of Performance
- Address: P.O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- Zip Code: 35807-4301
- Zip Code: 35807-4301
- Record
- SN04046468-W 20160312/160310235538-1fe3e43116212f4d63e784893a93eb8e (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 |