Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
MODIFICATION

C -- A/e Related and Program Support Services

Notice Date
2/28/2006
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, MD, 20745
 
ZIP Code
20745
 
Solicitation Number
Reference-Number-D6D901REA16
 
Response Due
3/17/2006
 
Archive Date
4/1/2006
 
Description
Correction: This is a sources sought synopsis for small business concerns only. The purpose of this notice is to assess whether or not there are two or more small business concerns i.e. 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service-disabled veteran-owned business that are capable of providing A/e related and program support services. The Internal Revenue Service (IRS) requires architectural services, project monitoring, and technical assistance/support in support of the IRS Real Estate and Facilities Management (REFM) Division, operating divisions/functions and field offices geographically located throughout the United States. REFM serves as the IRS focal or central point dealing with the planning, coordinating, directing and implementing of all projects and tasks which affect real estate and personal property. Support to REFM in these areas will be known as the National Architectural Support Services Contract (NASSC). The geographic locations are: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX), West Coast (AK, HI, CA, OR, WA), Southwest (NM, AZ, NV), Central and Ohio Valley (OH, MI, IN, KY, TN), Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands), Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY). ).. This is not a request for proposals. A Request for Proposal (RFP) is not available. The requirement includes: A/e related and program support services to be provided in the following categories: 1. Architectural Design Services, 2. Space Planning and programming, 3. Project Monitoring, 4. Physical Facilities Analysis, 5. Construction Monitoring, 6. Life Safety Compliance, 7. Safety Security and Risk Analysis, and 8. Special Technical and Supplemental Studies. . The NAICS code for this procurement is 541310 with a small business size standard of $4.5 million. An Indefinite Delivery Indefinite Quantity, IDIQ, Firm Fixed Price, FFP contract with a base year and four one year option periods is anticipated. The maximum to be obligated in each year will be $3,000,000.00 making the maximum value $15,000,000.00 over the contract life. The small business concern i.e. firm must meet the following minimum requirements Qualification Criteria: 1) Have successfully completed or be currently satisfactorily performing work on projects in building design, construction or construction management. This experience must average $4.5 million per year in professional fees awarded for the last three years and been performed in the name of the firm. 2) Have successfully completed or be currently successfully performing work on projects in which A/e related services in support of a client?s mission or program have covered at least the following: Design; Program Assistance; Physical Facilities Analysis; Construction Management; and Other Special and Technical and Supplemental Studies. 3) Have offices in at least four of the following geographic areas: Midwest (ID, MT, WY, UT, CO, ND, SD, NE, KS, OK, MN, IA, MO, AR, WI, IL, TX), West Coast (AK, HI, CA, OR, WA), Southwest (NM, AZ, NV), Central and Ohio Valley (OH, MI, IN, KY, TN), Southeast (NC, SC, GA, FL, AL, MS, LA, PR, Virgin Islands), Mid-Atlantic (PA, NJ, DE, MD, VA, DC, WV) and Northeast (ME, NH, VT, MA, RI, CT, NY ). 4) Provide proof of the firm?s current active professional registration in all 50 states and U.S. territories as shown in the geographic areas cited in this notice. All interested small businesses are hereby invited to submit a capabilities statement of no more than 10 pages (not including past performance information). The capabilities statement should be tailored to this request and specifically address the company?s capabilities to provide the services outlined above. The statement should also include information on corporate experience, as well as key staff experience with A/e programs of similar size, scope and complexity. Additionally, the response should include past performance information on A/e programs of similar size scope and complexity including: Contract Name, Point of Contact, Phone Number, email address, and Description of Services Provided. The response should address basic corporate information including annual gross revenue, number of employees in the company, number of years in business, and the primary focus of the business and associated NAICS code(s). The cover letter submitted in response to this request should include the following information: Company Name, Primary Point of Contact, Address, Telephone Number, Fax Number, E-mail address for POC. The cover letter should also indicate the socioeconomic status of the company i.e. small business concern; 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service-disabled veteran-owned business. The capabilities statement will be accepted in hard copy format only. No electronic responses will be accepted. Again, this sources sought notice is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation to ultimately award a contract, or to otherwise pay for the information solicited herein. A response to this request will not serve as a proposal, bid, or offer, and will not be used by the Government to form a binding contract. Again, the sole intent and purpose of this notice is to assess whether or not there are two or more small business concerns i.e. 8(a) business, HUBZone small business, small disadvantaged business, woman-owned small business, veteran-owned small business or service-disabled veteran-owned business that are capable of providing the A/e related and program support services specified herein so that a determination can be made on whether or not this requirement will be set aside for small businesses. Once that determination has been made, another CBD announcement will be issued to initiate the selection process in accordance with FAR Part 36. Your hard copy response must be received by 2:30 PM Eastern Standard Time, March 17, 2006 at the following address: Internal Revenue Service ATTN: Edith Benton, (OS:A:P:B:A:A), 6009 Oxon Hill Road, 5th Floor, Constellation Centre, Oxon Hill, MD 20745.
 
Record
SN00996400-W 20060302/060228213824 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.