Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOURCES SOUGHT

99 -- Combat Readiness Support Team - Planning Services

Notice Date
8/8/2008
 
Notice Type
Sources Sought
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-08-R-0035
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
Lillian T. Fox, 256-895-1820<br />
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Combat Readiness Support Team (CRST) Planning Services Posting Date: 8 August 2008 Closing Date: 08 September 2008, 4:00 pm CST 1. CONTRACT INFORMATION: The Huntsville Center, U.S. Army Corps of Engineers (USACE) will select firms for military master planning services for various Department of Defense (DoD) installations and sites to award Indefinite Delivery/ Indefinite Quantity (ID/IQ) contracts. For the purposes of this notice, both small and large businesses should provide responses. The contracts addressed by this notice will provide service worldwide. The contracts are anticipated to be used for planning projects in support of the Army, Air Force, Navy and Marines within the Continental U.S. (CONUS) and/or Outside the Continental U.S. (OCONUS). USACE Districts and other approved customers may place task orders against these contracts after coordinating with CEHNC. Firms will be selected for negotiations based on demonstrated competence and professional qualifications for the required work. Each contract will consist of five ordering schedules, each schedule not to exceed one year, for a total of five years maximum. The Government anticipates the award of two (2) suites of contracts for this requirement; both a restricted suite and an unrestricted suite. The Government further anticipates for the restricted suite, four (4) contract awards with a shared capacity of approximately $60 Million and for the unrestricted suite, two (2) contract awards with a shared capacity of approximately $40 Million. The program capacity shared by all awarded contracts will be approximately $100 Million. Historically, this work has resulted in task orders ranging from $20 Thousand to $3 Million. The selected firms must be able to execute two or more simultaneous task orders ranging in value from $100 Thousand to $5 Million. Work will be issued by negotiated firm-fixed-price task orders. The initial contract is anticipated to be awarded in Fiscal Year 2009. The Huntsville Center, USACE, intends to solicit and award multiple ID/IQ contracts for services for military master planning projects. It is the Governments intent to consider awarding a portion of this acquisition to small businesses. As a result, the Government is performing market research in order to determine if small businesses possess the capability to execute some or all of the requirements within this acquisition. Respondents need to indicate all small business set-aside designations (small business, 8(a), certified HUBZone and/or Service Disabled Veteran Owned). Interested small business firms who meet the capability requirements identified in this notice are requested to reply to this e-mail with a response to the questions presented below. If no experience or capabilities are associated with a particular question, so indicate. Based upon small business responses received, consideration will be given to defining what part of the acquisition, if any, will be set-aside for small business competition. 2. PROJECT INFORMATION: Planning services addressed within this notice may include, but not be limited to, active installations, reserve installations, National Guard installations, metro-plex areas, and various other DoD sites. The contractor will be required to prepare planning documents, studies, cost estimates, maps and facility drawings, concept submittals, and final submittals. The contractor will be required to use government furnished criteria for the preparation of planning documents. The contractor will be required to perform studies such as: surveying existing facilities for space analysis; preparing planning and programming documents and economic analyses for additions, alterations, and replacement facility projects; preparing statement of condition surveys. The contractor will be required to perform design efforts including new facilities, additions, alterations, and upgrades to existing facilities. The contractor will be required to prepare studies and in the English and/or metric system of measurement. The contractor will be required to prepare cost estimates on IBM-compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System: software provided by Government, Parametric Cost Estimating System (PACES), or similar software. The contractor will be required to produce drawings/maps in a format fully compatible with the latest versions of installation software at time of contract award. The contractor may be required to respond to Government review comments on Corps of Engineers Automated Review Management System. 3. SUBMISSION REQUIREMENTS The decision to reserve award(s) for qualified small business under a multiple award acquisition is being considered pending the evaluation of responses to this sources sought announcement. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 541320 Landscape Architectural Services either singly or as part of an assembled team. Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: Submission should be made electronically by 8 September 2008 and should not exceed 10 one-sided, 8 X 11 pages. The submissions should be Times New Roman, font size 12. The submission will address all questions in the Sources Sought Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. Computer files must be compatible with Microsoft Word 2003. This synopsis has been issued for information and planning purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does its issuance restrict the Government as to the ultimate acquisition approach. The Government will NOT reimburse the contractor for any cost associated with preparing or submitting a response to this notice. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Interested firms shall email their submissions to the Contract Specialist, Lillian T. Fox, and the Contracting Officer, Tonju L. Butler at the following email address: DLL-CEHNC-CRSTPREAWARD@usace.army.mil Questions concerning submissions should be directed in writing to the Contract Specialist and the Contracting Officer utilizing the email addresses provided above. Personal visits for the purpose of discussing this announcement will not be scheduled. THIS is NOT a REQUEST for a PROPOSAL. SOURCES SOUGHT QUESTIONNAIRE 1.What is the name of your business? 2.What is your business address? 3.Identify a responsible point of contact who can be contacted regarding your response, their phone number, and e-mail address. 4.Is your firm a small business concern? If so, please specify whether or not your firm is a certified 8(a) small business, certified HUBZone business and/or Service Disabled veteran owned concern? (specify all that apply). If not, please indicate that you are a large business concern. 5.Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s) and/or a joint venture? 6.If you have proposed a joint venture that has not yet been established, identify to the extent possible, your team members. Identify the business size of your team members or joint venture firms. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) 7.If you have proposed a joint venture that has already been established, provide details of the effort, the members specified, and a copy of the joint venture agreement, to include the incorporation date of the subject joint venture. In addition, identify the number of Government requirements for which your joint venture has submitted formal price proposals within the last two years. 8.Experience: Has your company delivered or is in the process of delivering master planning services for military installations? If so, provide customer references, locations, scope of effort, dollar value, and dates for efforts performed within the past five years. 9.Capabilities: Does your company have the qualified, experienced personnel to provide planning services relative to military facilities? Provide the number of qualified key personnel (planners, architects and engineers), minimum and maximum years of experience and the average years of experience. 10.Capacity: Provide specific details on your current and projected capacity to perform an estimate of two or more task orders ranging in value from $100 thousand to $5 million at the same time. Provide information on the magnitude of simultaneous task orders that you can handle. 11.Management: Does your company have the capability to manage planning services in a cost effective, timely, and contract conforming manner? Please provide specific examples based on previous projects. 12.Quality: Does your company have experience in providing and maintaining an effective quality control program? Provide examples. 13.Work location: Does your firm have the ability to work anywhere CONUS or OCONUS? Are there any limitations on where you can work? If so, indicate the limitation(s).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8b76b23591855305bc40e73a87f27b2&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville - Various CONUS & OCONUS P. O. Box 1600, Huntsville AL<br />
Zip Code: 35807-4301<br />
 
Record
SN01635021-W 20080810/080808221745-e8b76b23591855305bc40e73a87f27b2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.