SOURCES SOUGHT
C -- Local IDIQ for Architectural-Engineering Services for South Carolina and North Carolina
- Notice Date
- 11/18/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for South Carolina, 9 National Guard Road, Columbia, South Carolina, 29201-4763
- ZIP Code
- 29201-4763
- Solicitation Number
- W912QG-17-R-0501
- Archive Date
- 1/3/2017
- Point of Contact
- Sharon L. Zimmerman, Phone: 8032991538, Jonathan H. Bailey, Phone: 8036478255
- E-Mail Address
-
sharon.l.zimmerman8.civ@mail.mil, jonathan.h.bailey.mil@mail.mil
(sharon.l.zimmerman8.civ@mail.mil, jonathan.h.bailey.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The South Carolina National Guard is issuing a SOURCES SOUGHT announcement for the Purchasing and Contracting offices of the South Carolina and North Carolina National Guard as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services contracts for the local area. The Government anticipates that this announcement will result in the award of no more than six contracts to provide services to support locations/activities on a statewide basis in South and North Carolina. The result of this market research will contribute to determining the method of procurement for a base period of two (2) years and three (3) one-year option periods. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement. DUTIES: Work will involve a broad variety of investigative, design and construction monitoring services (Types A, B, and C services respectively), in accordance with applicable Army, Air Force and National Guard regulations/ standards for facility design and construction and miscellaneous other services which include, but are not limited to: Investigative, design and/or monitoring services for design-bid-build and projects pertaining to repair, maintenance, alteration or new construction of facilities and aviation related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation and archaeological services, studies and reports; topographic subsurface investigation and other surveys; anti-terrorism/force protection; space planning and interior design; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle cost analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; and on occasion, participation in peer review processes and source selection boards. Designed projects shall incorporate but are not limited to applicable sustainable design methods and practices in accordance with EPACT 2005 and ANG Sustainable Design and Development policies. DISCIPLINES: The work will require primarily architectural; mechanical, electrical, civil and structural engineering; cost estimating; and specification writing services but may also necessitate, but is not limited to geotechnical, toning/subsurface mapping, environmental, industrial hygienist, fire protection, historic preservation and archaeological monitoring, surveying, space planner/interior designer, landscape architect or designer, construction manager/inspector, USGBC LEED accredited professional, and other disciplines with specialized experience. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information Not to Exceed 2 pages: 1) Organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. NOTE: If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Multiple awards are anticipated. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Close of Business, Monday, 19 Dec 2016. All responses under this Sources Sought Notice must be emailed to Sharon.L.Zimmerman8.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38/W912QG-17-R-0501/listing.html)
- Place of Performance
- Address: Various locations in South Carolina and North Carolina., United States
- Record
- SN04331987-W 20161120/161118234311-88f13adb3e7dc21bd1856c2c0cd93efb (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 |