SOURCES SOUGHT
C -- A&E to Repair / Renovate BLDG 4330 (Ft Drum FMWR)
- Notice Date
- 5/12/2021 7:29:19 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QM MICC-FT DRUM FORT DRUM NY 13602-5220 USA
- ZIP Code
- 13602-5220
- Solicitation Number
- W911S2-21-R-8106
- Response Due
- 5/27/2021 8:00:00 AM
- Archive Date
- 06/11/2021
- Point of Contact
- Scott Sylvester, Phone: 315-772-9893, Alfredo Milan Sanchez, Phone: 3157729903
- E-Mail Address
-
scott.m.sylvester.mil@mail.mil, alfredo.m.sanchez.civ@mail.mil
(scott.m.sylvester.mil@mail.mil, alfredo.m.sanchez.civ@mail.mil)
- Description
- SOURCES SOUGHT THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure Architect and Engineering (A-E) Services in support of the Directorate of Public Works (DPW), Fort Drum, NY, on a small business set-aside basis, provided 2 (two) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, in all socioeconomic categories (e.g., 8(a) Business Development Program, Small Disadvantage Business (SDB), Historically Underutilized Business Zone(HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business concerns (WOSB)), to identify their capabilities in meeting the requirement at a fair market price. 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 a 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 synopsis.� 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 Governmentwide Point of Entry (GPE).� It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.� BACKGROUND: Architect-Engineering (AE) Services to renovate and transform a 17,500 square foot vacant facility (formerly housing the Army Community Services) into the FMWR Administrative headquarters and Mountain Peak Place. Mountain Peak Place includes approximately 5,500 SF of activity space to be constructed with NAF and consists of an Adventure Center, dog wash, and recreational retail store. These areas will host an array of creative and innovative endeavors to be designed by a qualified A&E firm including but not limited to an augmented climbing wall, a ropes course, a suspended zip line, virtual reality gaming, challenge activities, arcade games, miniature golf, ticket sales and prizes area, and a concession kitchen. Design services shall include detailed inspection, inventory and condition assessment (with photos) of all major building systems, including the building envelope, HVAC, plumbing, electrical, and life health safety,� components for age, size, function, life expectancy. The Design Charrette report, shall be used in conjunction with the existing building evaluation and Government input, to serve as the basis of detailed design to prepare 100% Design drawings and specifications for construction.�� Provide cost estimates and summary of recommended course of action, as well as alternate options, if applicable. The anticipated NAICS code(s) for this action is 541330, Engineering Services, with a Size Standard of $16.5M. The service code is C1QA, Architect and Engineering- Construction: Restoration of Real Property (Public or Private). Interested firms must be registered in the System for Award Management (SAM), https://www.sam.gov.� Registration must be complete prior to the end date of this notice. PURPOSE OF THIS SOURCES SOUGHT:� To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside.� While not a firm cutoff, providing responses to this announcement no later than 11:00 a.m. Eastern Time on 27 May 2021 will facilitate planning and ensure your capability receives maximum consideration.� Only electronic submissions will be accepted. Interested business concerns should provide a brief �capabilities statement� package (submissions are limited to no more than 25 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement.� A generic capability statement is not acceptable.� No particular format is mandated.� The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable.� The capability package shall be sent by email to: Contract Specialist: Scott Sylvester Email: scott.m.sylvester.mil@mail.mil Procuring Contracting Officer: A. Milan Sanchez Email: alfredo.m.sanchez.civ@mail.mil Your email subject line should reflect: �Firm�s Name, Response to the Sources Sought Synopsis for the Architect and Engineering (A-E) Services at Fort Drum, NY, W911S2-21-R-8106.� 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. In response to this sources sought, please provide: 1.� A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and DUNs number.� Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB.� 2.� In responding to this synopsis, provide what you believe are the key tasks that need to be accomplished to be successful to conduct Architect and Engineering (A-E) Services at Fort Drum, NY.� In essence: �What key tasks should be used for determining minimum capability?� 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor.� If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement then please provide the name of these companies and what work they will be performing, if available. Please provide your company�s specific experience in performing mechanical HVAC design services and providing comparable services.� Ensure the information is in sufficient detail regarding previous experience in performing mechanical HVAC design services (indicate whether as a prime contractor or subcontractor) on similar requirements include the services provided. If applicable, please provide the same experience information from any Subcontracts, Joint Venture, and/or teaming partners you may propose with. 4.� Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (MAR 2020): �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. 5.� Identify type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB). 6.� Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). 7.� Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8.� 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 betaSAM.gov notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ed9224007a654924bb134e7c5c817c2d/view)
- Place of Performance
- Address: Fort Drum, NY 13602, USA
- Zip Code: 13602
- Country: USA
- Zip Code: 13602
- Record
- SN06000197-F 20210514/210512230117 (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 |