Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2004 FBO #1105
SOURCES SOUGHT

C -- ARCHITECT-ENGINEER SERVICES FOR FACILITY DESIGNS FOR REHABILITATION OF EXISTING STRUCTURES AND/OR DESIGN ON NEW FACILITIES/SITES IN SUPPORT OF THE DEPLOYMENT OF THE GROUND-BASED MIDCOURSE DEFENSE SYSTEM

Notice Date
12/3/2004
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-NA-GMD
 
Response Due
12/18/2004
 
Archive Date
2/16/2005
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement and this notice does not constitute any commitment by the Government. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified sources. Responses to this Sources Sought Synopsis will be used by the government to make appropriate acquisition decisions. The U.S Army Engineering and Support Center, Huntsville anticipates a future procurement related to Architect-Engineer (AE) design services in support of the Ground Based Mid-course Defense (GMD) System for new or rehabilitation designs of tactical, tactical support, and non-tactical facilities including missile control buildings, industrial workshops, power plants, communications facilities, administration buildings , and various other facilities; new and rehab road work, utility work, and building systems work. The designs require contractor experience in radar, missile launch, and tactical support facilities and various other facilities that may be required. Sourc es are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330, Engineering Services. The Government contemplates awarding an Indefinite Delivery Indefinite Quantity (IDIQ) type of contract with provisions for fir m fixed price, cost plus fixed-fee, and time-and-materials task orders resulting from a future solicitation. The proposed contract periods shall consist of one 12-month base period and four 12-month option periods. The general requirements of the contract are expected to include, but will not be limited to: preparation of design criteria, architectural engineering designs, specifications, design-related analyses and studies, economic analyses and cost estimates for m issile launch, radar, test, evaluation and training facilities. Additional support may include environmental documentation, permits, special studies, and other environmental activities as required by federal, state and local laws and regulations; feasibili ty studies, other special studies, geotechnical investigations and topographical mapping services, programmatic support services, as-builts, and engineering and design services during construction. The program involves multiple sites within the Continental United States (CONUS) and with the possibility of an enhanced capability outside the Continental United States (OCONUS). The design requirements may need to consider OCONUS sites and applicable ho st nation design codes and standards possibly in Eastern Europe. Source firms should have experienced personnel in the following engineering disciplines: electrical/electronic, electronic security, mechanical, civil / structural, environmental, safety and fire prevention. In addition, firms should have an approved fina ncial management system and capability to handle classified information. Firms should also have capability to provide engineering drawings on a computer-aided design and drafting (CADD) system. Capability and experience in producing interactive CD-ROMS and web-based applications for dissemination of technical information is de sirable; but not mandatory. This work is planned at U.S. military installations including those overseas; therefore; all personnel performing work on-site must be U.S citizens. Interested firms should submit a current SF 254 and a separate document describing relevant experience in the following format: name(s) of client(s); location of job site; client point of contact and telephone number; and the date services were performed. This documentation should be limited to descriptions of past and current contracts of the kinds of work and facility types identified above and should be limited to eight (8) pages. It is not necessary to submit any additional company information, resume s, sales materials or brochures. Responses should be submitted via email to Ms. Lisa Mitchell, Contract Specialist at Lisa.Mitchell@hnd01.usace.army.mil. You may also mail submitta ls or send via overnight courier to U.S. Army Engineering and Support Center, Huntsville, 4820 University Square, Huntsville, Alabama 35816  1822, ATTN: Ms. Lisa Mitchell. Submittals are due no later than 15 calendar days following the publication date o f this announcement. 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 Request.
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN00716675-W 20041205/041203212048 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.