SOURCES SOUGHT
C -- Architect and Engineering (A/E) Services
- Notice Date
- 8/15/2007
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Treasury, Departmental Offices/Procurement Services Division (DO/PSD), Procurement Services Division (PSD), 1425 New York Avenue, Suite 2100, Washington, DC, 20220, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SS-PSD-07-001
- Response Due
- 8/29/2007
- Archive Date
- 9/13/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Announcement, for written information only, to identify small business concerns possessing the capabilities to provide the support as listed herein. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT WILL BE USED TO DETERMINE WHETHER THIS REQUIREMENT WILL BE SET-ASIDE FOR EITHER THE SBA CERTIFIED 8(a) PROGRAM OR THE SMALL BUSINESS PROGRAM. The Department of the Treasury, Departmental Offices (DO), Procurement Services Division (PSD) is conducting market research to determine potential small business concerns that can provide Architect-Engineering (A/E) services to the Treasury. The PSD is contemplating issuing an Indefinite Delivery/Indefinite Quantity contract for Architect-Engineering (A/E) services. The contract will be for one (1) base year and four (4) one year option periods. Offerors shall be required to provide design services, including electrical, architectural, structural, mechanical design etc., as required for various construction projects at the Main Treasury Building and the Annex Treasury Building. The tasks under this contract will vary with size and nature. Design related services may include any and all of, but not limited to the following: Surveys, studies (special technical studies, building evaluation reports, feasibility studies, and prospectus development studies, etc.), space planning, schematic design, design development, code compliance reviews, construction contract documents, specifications, schedules, cost estimates, value-engineering. Construction administration services may include any or all of but not limited to the following: Site visits, submittal reviews, responses to contractor's request for information, as built record drawings and compact disks and other project closeout procedures. Interested small business concerns may submit a brief capability statement, no more than twenty (20) written pages in no smaller than 12 font (pitch), demonstrating their capabilities. Standard brochures will not be considered. The following shall be addressed in the capability statement: (1) Experience in performing major multi-disciplined design services in historical buildings along with performing the Section 106 process as outlined in the National Historic Preservation Act and working with federal and local authorities that provide oversight of historic preservation. (2) Experience in performing multi-discipline renovation design services complying with the requirements for a Sensitive Compartmented Information Facility (SCIF) under the Director of Central Intelligence Directive (DCID) 6/9. (3) Experience in performing design services for occupied and phased major multi-discipline renovation projects. (4) Experience in performing design services for federal office building and federal agencies. (5) Experience in performing major multi-disciplined design, project coordination, and post construction architectural and engineering consulting services. These services shall include architectural, structural, mechanical, electrical, plumbing, materials conservation, acoustical/audio-visual, hazardous materials, facility security, fire protection and alarm system, data/telecommunications, vertical transportation, construction code, historic preservation and protection, and cost analysis consulting services. (6) Ability to obtain project certification with the Leadership in Energy and Environmental Design (LEED) process through the U.S. Green Building Council (USGBC). The capability statement shall include the following: 1) Contractor name, address, phone number, contact person and business size (8(a), small business, HUBZone, Service Disabled Veteran, Woman-owned, etc.); 2) Brief description of contractor experience; 3) Name, address, phone number and contact person of three (3) references for which similar work (in the last 5 years) as listed in this Sources Sought Announcement was performed; 4) Explanation of the work performed relative to this Sources Sought Announcement; and 5) original and final contract value. For purposes of this Sources Sought Announcement, the small business size standard is $4.5M and the North American Industry Classification System (NAICS) Code is 541310. Interested parties shall submit an electronic copy of the requested information to Tammy McLeod at Tammy.McLeod@do.treas.gov or mail or hand carry the capability package to the following address: Department of the Treasury, 1425 New York Avenue, NW, 2nd Floor, Suite 2100, ATTN: Tammy McLeod, Washington, DC 20220. All capability packages must be received by 1:00 p.m. EST on Wednesday, August 29, 2007. All questions concerning this Sources Sought Announcement must be submitted via e-mail to Tammy.McLeod@do.treas.gov. No contract will be awarded on the basis of offers received in response to this Sources Sought Announcement. No feedback or evaluations will be provided to companies regarding their individual capabilities statement. The information requested by this Sources Sought Announcement will be used within the Department of the Treasury to facilitate decision-making and will not be disclosed outside the agency. Please note that Treasury will NOT be responsible for any costs incurred by interested parties in responding to this request for information. Telephone requests or inquiries will not be accepted.
- Place of Performance
- Address: 1425 New York Avenue, NW, 2nd Floor, Suite 2100, Washington, DC
- Zip Code: 20220
- Country: UNITED STATES
- Zip Code: 20220
- Record
- SN01374056-W 20070817/070815222850 (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 |