SOURCES SOUGHT
C -- NASIC Facilities Engineering Services
- Notice Date
- 2/16/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
- ZIP Code
- 40201-0059
- Solicitation Number
- W912QR18NASICAESATOC
- Archive Date
- 3/16/2018
- Point of Contact
- April C. Judd,
- E-Mail Address
-
april.c.judd@usace.army.mil
(april.c.judd@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is: Provide Architect/Engineering (A/E) services to produce designs for new facilities and renovation of existing facilities for the National Air and Space Intelligence Center (NASIC) located at Wright-Patterson Air Force Base (AFB), Ohio. The facility and renovations must comply with Intelligence Community Directive (ICD) 705, Joint Air Force, Army, Navy Manual Physical Security Standards (JAFAN 6/9), or Director of Central Intelligence Directive Physical Security Standards for Sensitive Compartmented Information Facilities (DCID 6/9), and UFC 4-010-01 (DOD Minimum Antiterrorism Standards for Buildings) standards. It is the Government's intention to award a Single Award Task Order Contract (SATOC) Indefinite Delivery Indefinite Quantity (IDIQ) for professional A/E services with a five (5) year period of performance and a maximum dollar value of $22 Million over the life of the contract. NAICS code is 541330. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 1 March 2018 by 1:00PM Eastern Time. Responses should include: 1. Identification and verification of the company's small business status. 2. Contractor's Unique Identifier Number and CAGE Code(s). 3. Descriptions of Experience - Interested A/E firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past seven (7) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: Provide descriptions of up to three (3) projects for the design of new controlled and secured facilities in accordance with ICD 705 standards within the last seven (7) years. Projects considered similar in scope include high-security office buildings, high-technology office buildings, technology research laboratories, high-performance computing facilities, data analysis centers, or other similar facilities pertaining to Department of Defense and US Government intelligence functions. The prime contractor must have self-performed at least 50% of the cost of the contract, not including the cost of materials, with its own employees to be considered similar. An IDIQ contract may be submitted only if a single task order could be considered similar to this project. Task orders may not be combined in order for the contract to be considered similar. b. Projects similar in size to this project include: A facility of at least 175,000 square feet and a multi-story new construction that included elevators, multiple program spaces (i.e., not just a single large space), modern office environments, amenities, lobby/atriums, supporting/sustainable utility infrastructure, and site/civil improvements. The full facility must comply with ICD 705, JAFAN 6/9, or DCID 6/9 and UFC 4-010-01 (DOD Minimum Antiterrorism Standards for Buildings) standards. c. Based on the information above, for each project submitted, include: 1. Scope of the project: Description of the project including location, award amount, Owner POC and Owner evaluation of the completed work. 2. Size of the project: Should be at least 175,000 SF and a multi-story, new construction facility. 3. Any representative interior or exterior renderings produced. 4. Current percentage of construction complete and the date when it was or will be completed. 5. The portion, percentage and scope of the project that was self-performed. 4. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Include the percentage of work that will be self-performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to april.c.judd@usace.army.mil. If you have questions please contact April Judd at april.c.judd@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR18NASICAESATOC/listing.html)
- Record
- SN04826472-W 20180218/180216230952-ea128df3dc97309c6ce4aadc3326eeea (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 |