Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2022 SAM #7659
SOURCES SOUGHT

C -- INDEFINITE DELIVERY MULTI-DISCIPLINE ARCHITECT-ENGINEER, ALASKA

Notice Date
11/17/2022 2:28:09 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB23R0020
 
Response Due
12/2/2022 3:00:00 PM
 
Point of Contact
Tammy Davis, Theresa Afrank
 
E-Mail Address
tammy.davis@usace.army.mil, theresa.m.afrank@usace.army.mil
(tammy.davis@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Description
INDEFINITE DELIVERY MULTI-DISCIPLINE ARCHITECT-ENGINEER CONTRACT, PRIMARILY VARIOUS LOCATIONS, ALASKA THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� The US Army Corps�of Engineers is conducting market research to facilitate�a determination of acquisition strategy.� The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work: The U.S. Army Corps of Engineers, Alaska District anticipates an Architect- Engineer Indefinite Delivery Contract (IDC) with a seven (7) year ordering period and an estimated total contract value of $280M. The anticipated size of task orders under this contract are between $25,000 and $20,000,000.� The AE(s) selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis.� Typical types of services to be provided include: the design of new structures, the renovation of existing structures, studies to include life safety code compliance, interior design, programming studies, energy analysis, landscape architecture, technical reviews (on behalf of the government) of other AE developed products, construction phase services, commissioning services (LEED both Fundamental and Enhanced) and development of Design/Build RFPs. Design of utilidors, airfield pavement, and communication systems may be required but are incidental to facility design. AE may be required to provide master planning services such as: facility master planning for various federal customers such as Army and Air Force, Installation and Real Property Master Planning, facility allowance analysis, economic and market analysis, preparation of Installation Design Guides, MILCON DD Form 1391 development and other programming level analysis.� The AE and their subcontractors must have experience in cold regions design. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines.� The AE may be required to participate in programming, value engineering studies, design Charrettes and project review conferences; participation may include facilitation, VE Study team, etc.� The applicable North American Industry Classification System (NAICS) code is 541310, Architectural Services, and the related small business size standard is $11 Million.� THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY (Large and Small Businesses under NAICS 541310). �All interested firms are encouraged to respond to this announcement no later than 2 December 2022, 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-C/M (Davis), PO Box 6898, JBER, AK 99506-0898 or via email to tammy.davis@usace.army.mil and �theresa.m.afrank@usace.army.mil. Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1)� Business name, address, point of contact including email address and business size under NAICS 541310 (2)� Identification of business type.� If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc) (3)� CAGE Code and DUNS Number (3)� Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years.� List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered.� System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement.� Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/ ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc85963306684d0295870a9f576d0ae0/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN06521476-F 20221119/221117230110 (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 |
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.