Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W91278-19-L-0017
This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZ...
This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service Disabled Veteran owned, and Women owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future IDC procurement to acquire Architect-Engineer (AE) Services under individual task orders throughout the Mobile District Area of Responsibility (AOR) to support planning and design for the Mobile District's Military Design and Construction Program. The majority of the work will be in the southeastern United States; however, work may be located at any location as assigned to the Mobile District, South Atlantic Division, U.S. Army Corps of Engineers. A-E Services provided support the Military Construction Design program under this contract will include, but are not limited to, renovation/repair projects, such as, building renovations and additions, new construction, master and sub-area development planning, preparation of project definition and programming documents, charrettes, preparation of the technical portions of design-build solicitations, value engineering studies, environmental permit applications, facility condition assessments, and the development of construction plans and specifications for new vertical and horizontal construction projects. The selected firm must have, either in-house or through consultants, the following professionally registered disciplines, to support the required services as indicated above: (1) Project/Task Order Managers; (2) Architects; (3) Civil Engineers (Registered in the States covered by the Mobile District's Area of Responsibility preferred); (4) Mechanical Engineers; (5) Electrical Engineers; (6) Structural Engineers; (7) Fire Protection Engineers; (8) Interior Designers specializing in comprehensive interior design; (9) Communications Specialists; (10) Geotechnical Engineers; (11) Environmental Engineers specializing in Lead Based Paint (LBP) and Asbestos Containing Material (ACM) Survey and Remediation; (12) Corrosion Engineers specializing in cathodic protection systems; (13) Surveyors; (14) Landscape Architects; (15) Master Planners; (16) Cost Estimators. The proposed contract duration will be five (5) years. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $15,000,000 average annual receipts over three years. Responses are requested with the following information, which shall not exceed a total of eight pages: 1. Offerors' name, address, points of contact with telephone numbers and email addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, Woman Owned, or 8(a) shall be indicated on first page of submission. 3. Description of firm's capability to provide the AE services for planning and design, with emphasis on military installations, for the Mobile District's Military Design and Construction Program, to include services personnel; manage the disciplines; and capacity to execute at least 3 task orders under this IDIQ simultaneously. 4. Past performance/experience on IDC contracts of similar scope, with emphasis on military installations, describing no more than five (5) projects completed within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the AE Services to demonstrate relevance to support Mobile District's Military Design and Construction Program, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Include the Prime Contractor's name and a quantifiable amount (percentage) of the project your company contributed to the overall scope of work. Prime Contractor experience is required. NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE EMAILED to: Janis.R.Steiner@usace.army.mil & Penny.E.Lett@usace.army.mil. Submittals are due no later than by 12:00 (Noon CST) on 06 February 2019. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Limit response to eight (8) pages or less. Note 1: This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. Note 2: This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Note 3: Large Businesses need not respond. Note 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District projects are available on the internet at http://www.fbo.gov. Contracting Office Address: USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001 Place of Performance: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL 36628-0001