Inactive
Notice ID:W912DY-20-R-0015
The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330 (Engineering Services). The business size standard is $16.5 Million. This not...
The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541330 (Engineering Services). The business size standard is $16.5 Million. This notice is for market research purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. This notice is open for responses from both small and large businesses. Responses will be utilized to determine if this requirement, or a portion of this requirement, can be set-aside for small businesses. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank responses, provide any reply to interested companies and responses will not be returned. 1. CONTRACT INFORMATION The U.S. Army Engineering and Support Center, Huntsville is seeking capability statements from firms interested in proposing on an Indefinite Delivery type service contract for Architect-Engineer (A-E) design and engineering support services in support of the Medical Division. Any contracts awarded are being procured in accordance with the Brooks A-E Act as implemented in FAR Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. The Medical Division programs provide quick response to repair/renewal situations relating to the architectural, mechanical, electrical, civil, structural, instrumentation, communications, security, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government medical and other facilities. The U.S. Army Engineering and Support Center, Huntsville anticipates award of up to six (6) A-E indefinite delivery contracts (IDCs). The Government reserves the right to award more, less, or none at all. The Government anticipates multiple year contracts with an ordering period of one thirty-six month base period and four twelve-month option periods. The total estimated programmatic value of this acquisition is $248M. Individual task orders that provide detailed requirements and location of each project will be awarded from each IDC up to the maximum programmatic value among all awardees. 2. PROJECT INFORMATION The objective of this contract is to provide expert medical facility architect-engineering support of Department of Defense medical facility repair/renovation projects. Facility types may include but are not limited to hospitals, medical clinics, dental clinics, laboratories, medical training, administration, and veterinary facilities. Specific requirements to be fulfilled under these contracts may include but will not be limited to the preparation of design criteria, architectural and engineering designs, specifications, evaluations, analyses, studies, economic analyses, consultations, comprehensive planning, program management, value engineering, construction phase services, investigations, surveying, mapping, testing, construction inspection services, preparation of operating and maintenance manuals, equipment and systems commissioning, and other related services for medical facilities, including medical administrative and training facilities. Additional support may include: facility condition assessments, environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and regulations; feasibility studies, other special studies, investigations, as-builts, construction management, engineering/design changes during medical construction, and ancillary required services. 3. SOURCES SOUGHT INTENT AND MINIMUM REQUIREMENTS The Government is performing market research to ascertain the current state of industry capabilities which will go on to shape the acquisition strategy for this IDC. The acquisition strategy will take into consideration whether this IDC may be reserved for small businesses, whole or in part. The information discovered in this sources sought WILL NOT be used to make contractor selections. Interested Contractors who meet the experience and capability requirements identified in this notice are requested to reply to this e-mail with the completed questionnaire. A response is appreciated regardless of how well a firm meets the requirements. Those firms which qualify are invited to fill out and return the questionnaire in Attachment 1. Minimum requirements of a firm to complete and submit a questionnaire include: 1. Qualification given for a 541330 NAICS code (Engineering Services) 2. Recurring experience performing architectural or engineering design work for the renovation, repair, or alteration of medical facilities 3. Capability of performing work on projects to be located outside the contiguous U.S at locations including, but not limited to Alaska, Hawaii, U.S. Territories and possessions, and in identified overseas locations (OCONUS) (e.g. Afghanistan, Italy, Republic of Korea, Germany, Japan). 4. VIRTUAL INDUSTRY DAY & INFORMATION SHARING SESSION This announcement is to also invite businesses to an Industry Day event that will allow the Government to provide valuable information to industry regarding the acquisition, answer questions concerning the requirement, gather information to support the acquisition approach, and receive buy-in from industry. For industry unable to attend in person, the Medical Division A-E Virtual Industry Day event will be offered virtually via CEHNC's Facebook page at: www.facebook.com/Huntsville Center. Date and Time: 19 November 2019, 1:00 pm – 14:00 pm Central Time Location: CEHNC's Facebook page at: www.facebook.com/HuntsvilleCenter. Points of Contact: Contract Specialist – Primary POC Ms. Valerie E. Murphy Email: valerie.murphy@usace.army.mil Phone: 256-895-1133 Contracting Officer – Secondary POC Ms. Barbara J. Rich Email: barbara.j.rich@usace.army.mil Phone: 256-895-1321 5. SCHEDULE. Schedule of Events Virtual Industry Day: Tuesday, November 19, 2019, 1:00 PM - 2:00 Central Time CEHNC's Facebook page at: www.facebook.com/HuntsvilleCenter Login Info: Audio Dial-In Toll Free 1-888-431-3632 Access Code: 851-8471 Web Conference URL: https://www.webmeeting.att.com Meeting Number: (511)468-6455 Participant Code: 350159 Sources Sought Submission Deadline: Tuesday, November 27, 2019, NLT 3:00 PM Central Time CEHNC-MedicalA-E@usace.army.mil Pre-registration is a requirement for this event. Please register at Eventbrite link - https://medicaldivisionaeindustryday.eventbrite.com Registration will close on 19 November 2019, at 12:00 p.m. Central Time. As soon as registration closes an automatic email with instructions for web and phone access for this event will be sent to all registered participants. Questions about the Virtual Industry Day should be sent to the CEHNC-MDMS Inbox at CEHNC-MedicalA-E@usace.army.mil. 6. SUBMISSION REQUIREMENTS FOR CAPABILITIES QUESTIONNAIRE Fully completed capabilites questionnaires (Attachment 1) must be provided in an email attachment and sent to CEHNC-MedicalA-E@usace.army.mil. The email subject line shall be “Medical Division A-E IDC Capabilities Questionnaire”. Computer files must be compatible with Microsoft Word 2017. Submissions should be received NO LATER THAN 2:00 p.m. Central Time, Monday, November 27, 2019 Information presented is for market research purposes only. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, SF330, etc.) will not be considered. Personal visits for the purpose of discussing this announcement will not be scheduled. ***A copy of the Indusry Day slide presentation has been uploaded for your use. ***PLEASE SEE UPDATED LOG IN INFORMATION FOR THE VIRTUAL INDUSTRY DAY: Web Conference URL: https://www.webmeeting.att.com Meeting Number: (511)468-6455 Participant Code: 165772