SOURCES SOUGHT
99 -- A&E services for Reception Barracks phase II.
- Notice Date
- 5/2/2023 6:16:32 AM
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- US ARMY ENGINEER DISTRICT CHARLESTO CHARLESTON SC 29403-5107 USA
- ZIP Code
- 29403-5107
- Solicitation Number
- w912hp23r2000
- Response Due
- 5/5/2023 9:00:00 AM
- Point of Contact
- Holly Sopiak, Phone: 8432789401, ADDISON LAYFIELD, Phone: 8433298194
- E-Mail Address
-
holly.j.sopiak@usace.army.mil, addison.g.layfield@usace.army.mil
(holly.j.sopiak@usace.army.mil, addison.g.layfield@usace.army.mil)
- Description
- The US Army Corps of Engineers, Charleston District intends to issue a sole source solicitation for A&E services for Reception Barracks phase II. The design and engineering work for Reception Battalion Phase II was completed under task order W912HP19F2019.� It was awarded to Pond & Company to provide all design and engineering services to prepare construction contract documents for the Reception Barracks Complex Phase II at Fort Jackson, SC.� The scope of this requirement is for an update to the currently completed design to comply with current Codes and Regulations as well as Recertifications of the Biddability, Constructability, Operability, Environmental and Sustainability (BCOES) Reviews.� The base period of performance for this action is 6 months.� Once the construction contract is awarded, technical expertise for Construction Phase Services, including the review of construction contract submittals, shop drawings and responding to questions and clarifications on the design documents, construction site visits and progress meetings will be required. �The option period of performance for this portion of the requirement will be 48 months. Because of the number of months that will pass between the design completion and the new solicitation, the design must incorporate changes in applicable codes and regulations. In accordance with UFC 1-200-01 1-3.1, projects that have a delay of more than 18 months must be re-evaluated to determine if any design revision is needed to comply with current codes and criteria.� The updated design must then be signed and sealed. The Biddability, Constructability, Operability, Environmental and Sustainability Review and Certification per ER 415-1-11 must also be performed for the updated design.� These actions require an extensive knowledge of the design. In addition, any firm performing this work would now be required to bear Architectural & Engineering Design Liability for the design.� � This is NOT a request for competitive quotations; however, all responsible sources may submit any information that may assist in the acquisition strategy process. The Government will consider responses received by Friday, May 5, 2023 at 12:00PM ET. Responses shall be submitted electronically to �Holly & Addison emails�.� Responses must include sufficient evidence that clearly demonstrates the vendor/products are available and can provide the required end use. If no written response is received that clearly demonstrates an ability to meet all requirements, is more advantageous to the Government, and is received by the deadline, the Government shall proceed with the intended Sole Source requirements in the forthcoming solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2a4e7e67e47a49498b2362891fa34df4/view)
- Place of Performance
- Address: Columbia, SC 29217, USA
- Zip Code: 29217
- Country: USA
- Zip Code: 29217
- Record
- SN06669677-F 20230504/230502230121 (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 |