A&E MATOC Industry Day - See Changes at BOTTOM of Notice
This Amendment modifies paragraph 9. SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure capability statements from contractors interested and capable ... This Amendment modifies paragraph 9. SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure capability statements from contractors interested and capable of fulfilling a requirement to provide a broad range of Architect/Engineer (AE) Services at Camp Mackall, Simmons Army Airfield, Pope Army Airfields, and Fort Bragg on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Responses to this Sources Sought from Large Businesses are not required at this time. This notice is issued solely for information and planning purposes - it shall not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice shall not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 541310, "Architectural Services" with a small business size standard of $7.5 million. The General Scope of this contract will require the Contractor(s) to provide Professional Architect/Engineer (AE) analysis, assessment, planning, design, testing, and inspection services are required to support maintenance, repair, and minor construction projects for this Real Property at Fort Bragg (including Camp Mackall and other Fort Bragg maintained areas) in North Carolina. These projects may also include some design-build projects but not limited to - roadways, dams, bridges, airfields, parks, ranges, and stormwater management, water supply, wastewater collection, and on-site wastewater treatment systems at Fort Bragg (including Camp Mackall and other Fort Bragg maintained areas) in North Carolina. All anticipated projects demand high standards of quality and performance. All work performed shall be in accordance with the industrial and commercial codes/standards. The projects awarded under the AE MATOC are similar in nature: Type of Current MATOC Work: GENERAL: Two (2) AE service contracts are required to support barracks, command, dining, maintenance, operations, rigging, testing, warehouse, and other vertical military facilities and supporting systems. MEP: Two (2) AE service contracts are required to support communication, cooling, electrical, elevator, heating, lift, lighting, plumbing, structural, ventilation, and other facility systems CIVIL/STRUCTURAL: Two (2) AE service contracts are required to support airfields, bridges, dams, parks, ranges, and roadways; stormwater management, water supply, wastewater collection, and on-site wastewater treatment systems; and other horizontal infrastructure. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. PROFESSIONAL QUALIFICATIONS: Personnel shall have the necessary knowledge, expertise, experience, and license to provide architectural, civil, electrical, mechanical, and structural analysis assessment, planning, design, testing, and inspection services for facilities, systems, and infrastructure projects at Fort Bragg. Supporting service providers, such as communications designers, environmental hygienists, foresters, geologists, interior designers, land surveyors, landscape architects, soil scientists, and others, shall have the necessary knowledge, expertise, experience, license, and/or certification. Knowledge of, and expertise and experience with, facilities, systems, and infrastructure constructed since 1918 in the humid and mixed-humid southeastern United States is required. 4. TECHNOLOGY REQUIREMENTS: Plans, presentations, reports, specifications, and other deliverables shall be prepared employing Autodesk AEC Collection (Civil 3D, Revit, other), Microsoft Office (Excel, PowerPoint, Word, other), and Adobe Suite (Acrobat, Illustrator, Photoshop, other). 3D model deliverables shall prepared employing MakerBot MakerWare. Stormwater analysis and design shall be undertaken utilizing the EPA SWMM engine. 5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Electronic responses are required. No physical or "hard" copies will be accepted as a result of this request. No requests for capability briefings will be honored as a result of this notice. Information provided will not be used as a part of any subsequent solicitation requirement. All Offerors who provide goods or services to the Department of Defense must be registered and current in the System for Acquisition Management (SAM) website, must have completed their business Online Representations and Certifications Application (ORCA), and be able to electronically submit invoices/receiving reports through the Wide Area Work Flow (WAWF) system. 6. A five-year period of performance is anticipated. The period of performance is to begin on or about 1 January 2020 and end on or about 31 December 2024. The Government WILL NOT award a contract based on this Sources Sought Notice, the information received, nor reimburse participants for information provided in response to this inquiry. 7. Information provided is strictly voluntary. We are not requesting technical/management proposals. If you are an interested source, please provide the following voluntary information: 1) Company Name and Point of Contact; 2) DUNS number and CAGE code; 3) Small Business Certification (to include 8(a), HUBZone, SDVOB, Service-disabled veteran-owned, etc.) if applicable; and 4) A brief Statement of Capability (no more than 5 pages), which demonstrates the ability to meet the requirements above. Include any Past Performance information on Government contracts of similar size and scope. 8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Contracting Office Address: MICC Center - Fort Bragg Building #3-1634, Butner Road Fort Bragg, North Carolina 28310 Place of Performance: Various locations on Fort Bragg, Simmons and Pope Army Air Fields, and Camp Mackall, North Carolina. Points of Contact for this Notice: Alfred R. Sebile Contract Specialist MICC Center - Fort Bragg Phone: (910) 643-3702 E-mail: alfred.r.sebile.civ@mail.mil A. Donnell Leathers Contracting Officer MICC Center - Fort Bragg Phone: (910) 908-3876 E-mail: anthony.d.leathers.civ@mail.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »