AE VA American Lake, Phase 3 Seismic Corrections
I. Sources Sought a. This is a Sources Sought announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this Sources Sought. Th... I. Sources Sought a. This is a Sources Sought announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this Sources Sought. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this Sources Sought. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information requests. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a synopsis will be published in FEDBIZOPPS. b. The purpose of this Sources Sought is to gain knowledge of interest, capabilities, and qualifications of interested U.S. Architect-Engineer (A-E) firms who have demonstrated capabilities in meeting the project description listed below, and to address any questions, recommendations, or concerns from Industry. Responses to this Sources Sought will be used by the Government to make appropriate acquisition planning decisions. Both large and small business A-E firms are encouraged to respond to this Sources Sought. c. The proposed work will be performed under North American Industry Classification System (NAICS) code 541330 for Engineering Services. d. The U.S. Army Corps of engineers, Seattle District (NWS) anticipates soliciting and awarding one (1) Indefinite-Delivery Indefinite Quantity (IDIQ) contract under PL 92-582 (the Brooks Act) and FAR Part 36 procurement procedures. Both large and small business A-E firms are encouraged to respond to this Sources Sought announcement; however, if sufficient numbers of small business A-E firms demonstrate interest, capabilities, and qualifications, the Government may choose to set-aside the acquisition for small businesses. For the purposes of this procurement, a firm is a small business if its annual gross revenue, taken the last 3 fiscal years, does not exceed $15M. For more information concerning NAICS and SBA size standards, go to https://www.sba.gov. e. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work. The following information is tentative and meant to provide interested firms with an idea of the general nature of the anticipated work. The Government reserves the right to update this information as project planning documentation is published and updated. The information below represents the most current information available and will be superseded upon publication of the preliminary planning information, which will be provided by the Government in the subsequent synopsis and request for SF330s. f. Overview of the Project: NWS intends to acquire A-E Services for the Department of Veterans Affairs (DVA) American Lake, Phase 3 Building 81/81AC Seismic Corrections project to provide A-E capabilities in support of the DVA mission. These A-E services may provide full medical facility design; medical facility alternatives planning; medical facility planning; engineering studies and criteria development; technical review assistance; construction phase services support; and commissioning support. Preliminary planning is currently being performed to collect requisite information and better identify the requirements and details of these projects. g. Description of the Project: A-E services required for this contract consist of planning, design, and construction support services for the seismic corrections of Bldg. 81 (67,968 GSF), and the full renovations of all interior spaces therein and the renovations of both Bldg. 81 and the adjacent Bldg. 81AC (20,308 GSF). Both buildings are historical, medical facilities. h. The IDIQ contract capcity will be approximately $21,000,000 ($21.0M) cumulative for the toal contract period. As per DFARS236.204 the magnitude of the estimated cost of construction (ECC) range for this project is between $100,000,000.00 and 250,000,000.00. II. Submission Requirement a. Responses to this Sources Sought shall be limited to 5 pages and shall include the following information. Clarification and/or questions shall be submitted in a separate document and will not count toward the 5 page limitation. 1. Offeror's name, address (mailing and URL), point of contact, phone number, and email address. 2. Offeror's business classification i.e., Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (Large). 3. Offeror's interest in the solicitation if it is issued. 4. Offeror's capability to meet project requirements. a. Offeror's Statement of Capability to perform a contract of this magnitude and complexity. b. Identify whether the work was completed independently as a prime contractor or affiliated with another contract (e.g., joint venture, subcontractor, etc.). c. If your role was as a subcontractor, describe the design services your company provided. d. For each project listed, provide a brief description of the project, customer name, date of performance, customer satisfaction, and dollar value of the project. e. Provide no more than two (2) examples similar in size, scope, and complexity to the services requested for the project described above. b. Offerors shall NOT submit an SF330 in response to this Sources Sought announcement. c. Submission of interest is not a prerequisite to any potential future offerings, but participation will assist NWS in identifying sources with required capabilities. If a solicitation is released, it will be synopsized in FedBizOpps ONLY (www.fbo.gov). d. Interested offerors shall respond to this Sources Sought no later than 1000 hours (Pacific), 3 September 2019. e. All interested firms must be registered in the System for Award Management (SAM) at the time of award to be eligible for award of government contracts. For information on opening a SAM account, see the following link: https://www.sam.gov/sam/transcript/Quick_Guide_for_Contract_Registrations_v1.7.pdf f. Email responses to Mr. Darrell Hutchens, Contract Specialist, at Darrell.D.Hutchens@usace.army.mil. g. Points of Contact: 1. Contracting: Darrell Hutchens, Darrell.D.Hutchens@usace.army.mil 2. Technical: Emily Zumbrunnen, Emily.R.Zumbrunnen@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »