Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2024 SAM #8115
SOURCES SOUGHT

C -- Architect & Engineering Services

Notice Date
2/13/2024 1:40:06 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
W7MT USPFO ACTIVITY AL ARNG MONTGOMERY AL 36109-2602 USA
 
ZIP Code
36109-2602
 
Solicitation Number
W912JA24R0008
 
Response Due
3/15/2024 12:00:00 PM
 
Archive Date
03/30/2024
 
Point of Contact
William ""Craig"" Kast, Phone: 3342717333, Kathryn Graham, Phone: 3344500463
 
E-Mail Address
william.c.kast.civ@army.mil, kathryn.p.graham.civ@army.mil
(william.c.kast.civ@army.mil, kathryn.p.graham.civ@army.mil)
 
Description
The United State Property and Fiscal Office-Alabama (USPFO-AL) intends to issue a synopsis for Architect and Engineering Indefinite Delivery- Indefinite Quantity (IDIQ). Architect-Engineer Contractor (A-E) services required to provide multi-disciplinary engineering services for fully designed project throughout the State of Alabama. NAICS Code is 541330- Engineering Services or 541310 - Architectural Services. The A-E firm must be capable of responding to and working on multiple task orders concurrently. As a result of this announcement USPFO-AL intends to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide A-E services in support of the Alabama National Guard's unit mission requirements. These are not requirements contracts. Total contract period, to include options, shall not exceed five (5) years. The total of individual task orders placed against the IDIQ, base period and all exercised options, shall not exceed $50,000,000.00. Work will be issued by negotiated firm-fixed price task orders. Projects to be designed are not yet determined and funds are not presently available. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. Typical work includes evaluation, planning, the design of buildings and structures, as well as associated equipment and utilities, along with site development planning. The work will include a mix of other professional services such as studies, investigations, surveying and mapping, consultations, comprehensive planning, construction cost estimate development, life-cycle cost development, sustainable design services, the creation of conceptual designs, the development of plans and specifications, value engineering studies, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals and other related services. THERE IS NO SYNOPSIS OR SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, address, email address, Web site address, telephone number, and size and type of ownership (Small Business, HUBzone, large, etc.) for the organization. Please also verify current SAM registration and include Unique Entity Identification number and Cage Code in the response. Tailored capability statements addressing the particulars of this effort, with appropriate documentationsupporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to: Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. Based on the responses to this sources sought notice, this requirement may be set aside for Small Business, Women-Owned Small Business, Small Disadvantaged Business, Service-Disabled Veteran-Owned Small Business, HUBZone, or other socio-economic programs. The Government would like to receive feedback from all interested small business and other socio-economic businesses not mentioned above. Telephone inquiries will not be accepted or acknowledged. No feedback or evaluations will be provided to companies regarding their submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d5fb6b40aade4e6f9b7e6b7399d27a5b/view)
 
Place of Performance
Address: Montgomery, AL 36109, USA
Zip Code: 36109
Country: USA
 
Record
SN06964939-F 20240215/240213230047 (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.