Inactive
Notice ID:W9126G-19-R-6248
Professional architectural and engineering design services for the conversion of an existing Mission Training Complex (MTC) area into admin, lab, and storage space for use of the Central Technical Sup...
Professional architectural and engineering design services for the conversion of an existing Mission Training Complex (MTC) area into admin, lab, and storage space for use of the Central Technical Support Facility (CTSF). This design services will include adding network infrastructure upgrade for NIPRNET, HVAC work, and addition of restrooms. The limits of design include three separate existing occupied buildings, Building 4407, 4510 and building 4501, in addition to site work upgrade of exterior fence and gate per security requirements and installation of screening materials. The Preferred design team will have the ability to produce basic architectural and engineering services including independent value engineering and topographical survey either in-house or by consultants. This facility will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building. The estimated construction amount is programmed for $15 million. This Sources Sought announcement is part of a market survey for information to be used only for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICIATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT...THEREFORE NO SF 330 FORMS ARE REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers, Fort Worth District, is seeking sources for professional, multidiscipline Architect Engineer (AE) design services, Military. Depending upon the analysis of the responses received, the proposed acquisition(s) will be competitive, firm fixed price. The type of set-aside decisions to be issued will depend upon the responses to this synopsis. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business community, 8(a) Certified Small Business, Historically Underutilized Business Zones (HUBZone), Services-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to complete an open pre-solicitation notice in the near future for AE services contract(s), dependent on availability of funds. The AE shall be able to provide: 1. Documenting and authenticating the existing condition. 2. Development of full design-bid-build packages and Request for Proposal (RFP) packages; 3. Multi-disciplined design support and consultant services (full and specialized consultant); 4. Construction management services as it relates to design; 5. Cost estimating, cost control and scheduling; 6. Design, drafting, and planning services for demolition; and, 6) Studies, surveys, documentation, and analysis. North American Industry Classification System (NAICS) code is 541330 and has a Small Business Size Standard of $15 million. The Product and Service Code (PSC) is C219. If a requirement is a Small Business Set-Aside then small business firms are reminded of the requirements under FAR Clause 52.219-14 Limitations on Subcontracting. The offeror/contractor agrees that in performance of the contract, at least 50 percent of the cost of contract performance incurred shall be expended for employees of the concern. BASIS OF AWARD: Award will be based on selection of the most highly qualified firm in accordance with Public Law 92-582 procedures and FAR Part 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov). Prior Government contract work is not required for submitting a response under this sources sought synopsis. SOURCES SOUGHT RESPONSE: Firm's response to this synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address 2. Firm's CAGE CODE and DUNS Number 3. Firm's interest in proposing on the solicitation when issued 4. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute AE services comparable work performed with the past five [5] years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least three (3) examples 5. Firm's business size - Large Business, Small Business, 8(a), HUBZone, SDVOSB, and/or EDWOSB 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information Interested firms shall respond to this sources sought synopsis no later than 10:00 AM (CST), 30 January 2019. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of a Government contract. Solicitation External Reference: https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0400/listing.html Solicitation External Reference To Packages: https://www.fbo.gov/spg/USA/COE/DACA63/W9126G18R0400/packages.html