SOURCES SOUGHT
C -- Fort Bragg DPW A&E Design Services - Sources Sought
- Notice Date
- 1/23/2020 1:23:58 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QM MICC FDO FT BRAGG FORT BRAGG NC 28310-5000 USA
- ZIP Code
- 28310-5000
- Solicitation Number
- W91247-20-R-AE01
- Response Due
- 2/3/2020 8:00:00 AM
- Archive Date
- 02/18/2020
- Point of Contact
- Patrick Reil, Phone: 9106433814, Abelardo C. Lopez, Phone: 9106437350
- E-Mail Address
-
patrick.f.reil.civ@mail.mil, abelardo.c.lopez.civ@mail.mil
(patrick.f.reil.civ@mail.mil, abelardo.c.lopez.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure the Architecture & Engineering (AE) Services, Multiple Award (MA), Indefinite Delivery Indefinite Quantity (IDIQ) on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. 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.� This is a new requirement.� A need is anticipated for an AE MA IDIQ for the Fort Bragg Directorate of Public Works (DPW). This is a requirement to provide all labor, equipment, materials and supervision necessary to perform a broad range of design services for the maintenance, repair, and minor construction projects at Fort Bragg (including Camp Mackall and other Fort Bragg maintained areas) in North Carolina. Typical work will include, but will not be limited to: provide architectural, electrical, mechanical, landscape architectural, structural and civil systems analysis, design, and planning services, design-build, design-bid-build and other related work. Work shall be performed in accordance with (IAW) the terms and conditions of the resulting contract, Statement of Work, Drawings, Specifications, and as required in any resulting individual Task Order issued. All work shall be in accordance with local, state, and federal codes. Projects are only for design services which would be used for Design-Build or Design-Bid-Build execution/solicitation. Projects awarded utilizing the AE MA IDIQ will possibly stem from completed designs, partial designs, or as specified in the terms of each task order Statement of Work (SOW). All anticipated projects demand high standards of quality and performance. All work performed shall be in accordance with the industrial and commercial codes/standards. The capabilities required for this acquisition will be of the following general project categories: (1) Minor Construction or Repair, as per (AR 420-1 Army Facilities Management and DA PAM 420-11 Project Definition and Work Classification). See attached SOW. The anticipated NAICS code(s) is/are:� The NAICS code selected for this acquisition is 541330, ""Engineering Services"". The size standard for this NAICS code is $16.5 Million. The Contractor shall provide all labor, equipment, materials and supervision necessary to perform a broad range of design services for the maintenance, repair, and minor construction projects at Fort Bragg (including Camp Mackall and other Fort Bragg maintained areas) in North Carolina. In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 4.� Information to help determine if the requirement AE MA IDIQ is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.� Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, 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 FedBizOpps notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.� Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Attached is the draft SOW. Contract Specialist: Patrick Reil Email: patrick.f.reil.civ@mail.mil Procuring Contracting Officer: Carlos Lopez Email: abelardo.c.lopez.civ@mail.mil Your email subject line should reflect: �Firm�s Name, Response to the Sources Sought Synopsis for the AE MA IDIQ, for the Fort Bragg DPW, W91247-20-R-AE01.� Note: the corresponding solicitation number(s) that you are responding to must be identified on the subject line.� The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government�s email system restrictions.� DO NOT SEND ZIPPED files as the Government�s information network will remove all zipped files.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/de3f238526d54b6dbe5f548ae10bd1c5/view)
- Place of Performance
- Address: Fort Bragg, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN05542291-F 20200125/200123230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |