SOURCES SOUGHT
C -- Full Engineering Design Services, GSA-PBS Region 3
- Notice Date
- 6/26/2020 5:09:02 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PBS R3 PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- JCH-0001-2020-06-24
- Response Due
- 7/9/2020 11:00:00 AM
- Archive Date
- 07/24/2020
- Point of Contact
- John C. Hofmann, Phone: 2154465824, Raymond J. Porter, Phone: 2157563439
- E-Mail Address
-
johnc.hofmann@gsa.gov, raymondj.porter@gsa.gov
(johnc.hofmann@gsa.gov, raymondj.porter@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT NOTICE FOR: Multiple-Award, Indefinite Delivery/Indefinite Quantity (ID/IQ) contract vehicle for Full Engineering Design Services THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award an IDIQ. The General Services Administration (GSA), Public Buildings Service (PBS), Mid-Atlantic Region (Region 3) is issuing this Sources Sought Notice as a means of conducting market research to identify technically capable and otherwise responsible parties with an interest in and the resources to support and provide for an Indefinite Delivery / Indefinite Quantity (ID/IQ) contract for Full Engineering Design Services. GSA seeks information from interested and capable small businesses, 8(a) Small Businesses, Small Disadvantaged Businesses, Veteran Owned Small Businesses, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, and HUBZone Small Businesses. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 541330 � Engineering Services with an associated small business size standard of $16.5 million. PROJECT DESCRIPTION This anticipated acquisition will be procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. This Sources Sought Notice pertains to an anticipated ID/IQ for engineering services for a base period of one (1) year with four (4) one-year option periods. SCOPE OF WORK The projects contemplated by this notice involve engineering design services for Repair and Alterations, renovations and modernizations of federal facilities, and may require Mechanical, Electrical, Fire Protection, Structural, incidental architecture, and energy-related design services. Projects may also include the incorporation of sustainability, security, and incidental Interior Design services with sensitivity towards historic buildings. The projects entail engineering services for repair and alteration work in federal facilities and will generally be for projects up to $5 million in construction costs. Most projects will also involve occupied buildings, many of which are historically significant. The scope of engineering services include, but are not limited to the following: programming; pre-design; the preparation of feasibility studies; the preparation of Request for Proposal packages for Design-Build projects; job-site investigation; complete engineering and design services �- such as mechanical, electrical, plumbing, civil, structural, fire protection, vertical transportation, life safety, security, historical, code compliance, and incidental architectural); cost estimating; building commissioning; procurement support; post-construction award services; and other related supplemental services if so requested by the Government. Hazardous materials such as incidental asbestos and lead may be encountered in some existing facilities. The firm�s Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that may be abated during construction and will be required to provide abatement recommendations. Furthermore, knowledge of airborne pathogen concerns and associated mitigation are required. Certain projects may be designed and constructed in metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitive Act of 1988, the Metric Conversion Act, and Executive Order 12770. The contractor will be required to ensure that projects meet any applicable agency comprehensive programming and design criteria, including, but not limited, to the latest revision of U.S. Courts Design Guide, DOJ Publication 64, and Facilities Standards For Public Buildings Service (GSA P100). General Information The primary area of responsibility will be the GSA Mid-Atlantic Region (the states of MD, VA, WV, PA, DE and Southern NJ). However, GSA Region 3 will also be able to utilize this IDIQ for work outside of Region 3 including all US States Nationwide and all US Territories and Installations worldwide. The Contractor must have the capacity to perform multiple, concurrent task orders. Response Information The following information is requested in your response: Firm Identification Information including: Name, Address, Phone number, Primary point of contact email address, and DUNS number Identification of your firm as a small business, or other socio-economic category such 8(a) Small Business, Small Disadvantaged Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Women Owned Small Business, Economically Disadvantaged Women Owned Small Business, or HUBZone Small Business. A statement indicating whether your firm intends to submit a proposal in response to the anticipated solicitation. If your firm does not provide all of the services outlined above with in-house resources, explain if / how you would use subcontracting or Contractor Team Arrangements to provide all of the required services. This could include details about what firms you would subcontract or team with. In addition to the relevant experiences as required herein, also describe your experience providing engineering services contemplated under this potential IDIQ within the GSA Mid-Atlantic Region (the states of MD, VA, WV, PA, DE and Southern NJ). Interested firms should respond to this Sources Sought no later than Thursday, July 9, 2020, at 2:00 PM (EDT). The Point of Contact for this Sources Sought Notice is Mr. John C. Hofmann, Contract Specialist, who can be reached, via email, at JohnC.Hofmann@gsa.gov. This is NOT a request for quotes 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, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future RFQ announcements separately from responses to this market survey. A copy of the foregoing text, in PDF format, is attached to this Notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/607099a8089647d5b5f9b62cb18f2023/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05705126-F 20200628/200626230152 (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 |