Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2017 FBO #5575
SOURCES SOUGHT

C -- Engineering Services Fort Lee - DRAFT PWS

Notice Date
2/25/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W91QF517R0012
 
Archive Date
4/8/2017
 
Point of Contact
Sharon R. Hilliard, Phone: 804 765-7597, Marilyn D. Johnson, Phone: 804 734-4843
 
E-Mail Address
sharon.r.hilliard.civ@mail.mil, marilyn.d.johnson.civ@mail.mil
(sharon.r.hilliard.civ@mail.mil, marilyn.d.johnson.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The Mission and Installation Contracting Command, Fort Lee (MICC-Lee) in conjunction with the Directorate of Public Works (DPW), Fort Lee has a requirement for Engineering and incidental Architectural Services for the preparation of designs, plans, specifications and cost estimates for various projects to support Fort Lee, VA. Other military installations in the surrounding area may also be included by the awarded contract. (Collectively, the Region). The general scope of work includes, but is not limited to: Engineering Services and Architect Design coordination for the preparation of designs, plans, specifications and cost estimates for various projects, designs and/or feasibility studies for new structures, various repairs, alterations and/or improvements to barracks, administrative facilities, warehouses, training buildings and other existing and new facilities. Work may include preparation of building condition reports, rehabilitation of historic buildings and structures, project management and inspection services condition for construction projects, and CADD services, including scanning or digitization of existing construction drawings. The North American Industry Classification System (NAICS) Code proposed for this requirement is 541330 for Engineering Services. The size standards are $15M. The Government is seeking only highly qualified, experienced sources interested in performing the services for this requirement. Responses to this Sources Sought synopsis will be used by the Government to make better informed and appropriate acquisition decisions. The responding company shall provide the key disciplines within their current organizational structure. Disciplines are as follows: Principle in Charge, Project Manager, Mechanical Engineer, Electrical Engineer, Architect, Fire Protection Engineer, Civil Engineer, Structural Engineer, Cost Estimator, Certified Industrial Hygienist (CIH); Other secondary disciplines are as follows: Specification Writer, CADD Technician, Plumbing Specialist, Environmental Engineer, Environmental Technician and Geotechnical. Qualified participants are invited to submit their capability in writing. Contractors capable of providing these services should submit a Statement of Capability Brief containing. Interested parties may provide evidence of their capability to accommodate this requirement and must respond by March 24, 2017, 4:00 P.M. Eastern Standard Time to Sharon R. Hilliard, Contract Specialist via e-mail (preferred) to Sharon.regina.hilliard.civ@mail.mil, or Marilyn.d.johnson.civ@mail.mil. Potential offerors must be registered in SAM to be eligible for contract award or payment from any Department of Defense activity. Information on registration and annual confirmation requirements may be obtained at (https://www.bpn.gov). FIRMS RESPONDING TO THIS SOURCES SOUGHT MUST BE PERMITTED BY LAW TO PRACTICE THE PROFESSIONS OF ARCHITECTURE AND ENGINEERING SERVICES IN THE STATE OF VIRGINIA. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination and special requirements (permitted to practice the professions of architecture and engineering services in the state of Virginia). 4. Identify and describe the work that can be accomplished by the small business prime and the work that may be accomplished with teaming, joint ventures, mentor protégé etc. to demonstrate the ability to establish the right mix/team to perform 100% effort. 5. Describe your firm's ability (and any constraints) to execute and manage the requirements. What specific technical skills does your company possess which ensure capability to perform the tasks? 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 8. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. Questions concerning this Sources Sought should be directed to Sharon.regina.hilliard.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7f07ba759e126e696099737944074c35)
 
Place of Performance
Address: Prince George County (Fort Lee, Virginia), Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN04414867-W 20170227/170225233100-7f07ba759e126e696099737944074c35 (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.