SOURCES SOUGHT
C -- Sources Sought: Region 5_Regionwide A/E IDIQ
- Notice Date
- 9/11/2024 3:20:59 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- PBS R5 ACQUISITION MANAGEMENT DIVISION CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- R5AEIDIQ
- Response Due
- 9/20/2024 3:00:00 PM
- Archive Date
- 09/21/2024
- Point of Contact
- Kendrall Masten, Phone: 3123853052, David Mazzolini, Phone: 3123530617
- E-Mail Address
-
kendrall.masten@gsa.gov, david.mazzolini@gsa.gov
(kendrall.masten@gsa.gov, david.mazzolini@gsa.gov)
- Small Business Set-Aside
- SBP Partial Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought: Region 5_Regionwide A/E IDIQ The General Services Administration is issuing a sources sought for regionwide architect-engineer services to determine the interest, availability, and capability of Small, Disadvantaged, Service-Disabled Veteran Owned, 8(a), HUBZone, and Woman-Owned Small Business concerns found as a result of a Dynamic Small Business Search. The NAICS code for this procurement is 541330 and 541310.� This contract will result in multiple, indefinite delivery, indefinite quantity (IDIQ) contracts to provide Region 5 with Architecture & Engineering and Engineering & Architect (AE/EA) services led by either an architectural or engineering firm. These services are to be consistent with the Guiding Principles of GSA's Design Excellence program Design Excellence Program | GSA for a variety of project types across a wide range of project budgets. Assembled teams should be well rounded and clearly identify relevant concentrated areas of expertise. Architectural and Engineering Services will be rendered for projects located throughout all six states covered by GSA�s Great Lakes Region, 5. This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide professional Architecture and Engineering Services for projects on or within federal properties and facilities, owned and/or leased, in Region 5 states of Illinois, Indiana, Ohio, Michigan, Minnesota, and Wisconsin.�� The NAICS codes are 541330 - Engineering Services, with a small business size standard of $25.5 million and 541310 - Architectural Services, with a small business size standard of $12.5 million.� As this procurement is a �Partial Small Business Set-Aside�. The lead firm must have an existing active production office within the states identified in the previous paragraph so as to minimize direct travel costs on resulting task orders, firms should also clearly delineate how coverage for all six (6) states will be managed to reduce direct travel costs on task orders.� Most work orders will be executed for repair and alteration projects within existing buildings. A broad range of architectural and engineering disciplines/services may be required in order to accomplish the task orders under this contract. These may include but are not limited to the following: Feasibility, pre-design, and project development studies Architecture Mechanical, Electrical,� Structural and Civil Engineering (evaluation and design)�� Concept design, Design development and Construction documents Management and inspection services during construction Pre-design services (pre-alteration assessment) Constructability review and evaluation� Historic Preservation (architecture) Facade Forensics (architecture)� Fire Protection & Life Safety (evaluation and design) Security (evaluation and design) Interior Design Seismic & Blast BAS system assessment and integration Space Planning & Workplace Real Estate Market Analysis Net Zero EVSE Carbon Reduction Initiatives� Accessibility The estimated cost of construction at award (ECCA) can range from $2,000 to approximately $20,000,000 (or the current Prospectus Project Threshold). In accordance with Federal Acquisition Regulation (FAR) 15.404-4(c)(4)(i)(B), fees for design services cannot exceed 6% of the ECCA. For general guidance describing included and excluded services, in regards to the 6% fee limitation, see PIB 13-04 Attachment (1). A broad range of architectural and engineering disciplines/services may be required in order to accomplish the task orders under this contract.� It is anticipated the Request For Proposal (RFP) will be posted to Contract Opportunities (sam.gov). The awardee will be required to undergo the security clearance process. The full extent of the work will be described in the solicitation when it is posted. No other information will be available before the solicitation is posted. This is a SOURCES SOUGHT ANNOUNCEMENT for planning purposes only. Market research is being conducted to determine if there are Small, Disadvantaged, Service-Disabled Veteran Owned, 8(a), HUBZone, and Woman-Owned Small Business with the capabilities and experience to perform the required work. All interested parties should submit a capabilities package to include: 1. Business classification (i.e. SDVOSB, HUBZone, etc...) 2. Examples of three similar projects completed within the last five years that included the scope of work specified above that will be required under this project and that had a total project cost in the same range estimated for this project. Please provide a customer point of contact for each project listed.� 3. Contractor experience in projects similar in size and scope in commercial or government office buildings. 4. Capabilities statement should demonstrate capability and capacity of working in all six (6) states (list states). Electronic versions of your capabilities statement shall be submitted via EMAIL ONLY to kendrall.masten@gsa.gov with a carbon copy (Cc) to david.mazzolini@gsa.gov . Responses must be received by 5:00PM Central Time on September, 20, 2024.� The maximum size capacity for electronic transmissions to GSA is 25 MB. Therefore, all submittal information for each email must be within the 25 MB limitation. Firms may break capability packages into separate emails to avoid exceeding the limitation. When separating materials into separate emails please ensure that the email�s subject line states how many emails are to be expected. The subject line must also contain the Notice ID and firm name.� Sincerely, Kendrall Masten�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5f8162d823e14770afd771e57831019a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07207823-F 20240913/240911230126 (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 |