Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:PANNGB-19-P-0000-015641
The New Jersey National Guard (NJNG) is seeking 8(a) sources for Architect and Engineering (AE) Projects. Architect-Engineer Contractor services required to provide multi-disciplinary engineering serv...
The New Jersey National Guard (NJNG) is seeking 8(a) sources for Architect and Engineering (AE) Projects. Architect-Engineer Contractor services required to provide multi-disciplinary engineering services for fully designed projects and design build project documents throughout the State of New Jersey. NAICS Code is 541330- Engineering Services or 541310 - Architectural Services. The A-E firm must be capable of responding to and working on multiple contracts concurrently. Work will be issued by negotiated firm-fixed price individual contracts. Contracts will be primarily for projects with a construction value typically between $100,000 and $2 million dollars. 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. All A-E firms are cautioned to review the restrictions of Federal Acquisition Regulation (FAR) 9.5 Organizational and Consultant Conflicts of Interest and FAR 36.209 Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. Typical work includes, but is not be limited to; providing scope, development, planning, concept development, interior design, environmental studies, feasibility studies, program analysis, design review, value engineering reviews, consulting/design-build/construction management for work, building designs for new facilities as well as rehabilitation and upgrade of existing facilities and systems, to include new buildings, building addition and/or building renovations. Additional services that may be required include, but are not limited to, preparation of designs, plans, drawings, life-cycle cost analysis, construction cost estimates, project specifications; fact-finding studies, surveys, investigations, provide sustainable and LEED design services, providing historic building technological services, advisory services on Source Selection Boards, other professional AE services not necessarily connected with a specific construction projects; preparation of Design-Build Proposal Statements of Work; and, supervision/inspection of projects under construction, to include inspection and oversight of projects contracted as Design-Build projects. 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: 1) Organization name, address, email address, Web site address, telephone number, and verification of 8(a) status for the organization. Please also verify current SAM registration and include DUNS number and Cage Code in response. 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting 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. Limit submission to no more than 25 pages. 3) Completed Part II only of the attached Standard Form 330. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to: 1) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. 3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation. The Government would like to receive feedback from all interested 8(a) businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested 8(a) parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by June 12, 2019 NLT 3:00 pm EST. All responses under this Sources Sought Notice must be emailed to Christopher.a.hower.mil@mail.mil If you have any questions concerning this opportunity please contact: 1LT Christopher Hower Christopher.a.hower.mil@mail.mil