Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
MODIFICATION

C -- Two Indefinite Delivery A-E Contracts to Enhanced Commissioning Authority Services. Set-aside limited to: 8(a), HUB Zone, SDVOSB.

Notice Date
2/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP11R0023
 
Response Due
2/17/2011
 
Archive Date
4/18/2011
 
Point of Contact
Joseph Rael, 505-342-3325
 
E-Mail Address
USACE District, Albuquerque
(joseph.rael@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This is a Sources Sought Synopsis announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers -Albuquerque District has been tasked to solicit for and award up to two Indefinite Delivery A-E Contracts for Enhanced Commissioning Authority Services. The contract(s) will be for new MILCON construction and major renovation projects primarily within the Albuquerque District boundaries (Southern Colorado, Arizona, New Mexico and Southwest Texas) with work possible within the South Pacific Division (California, Nevada and Utah). Work may also be performed outside these areas. The proposed project will be a Firm Fixed Price contract. The type of solicitation to issue will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, and to gain the qualifications of Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete and perform a Firm Fixed Price Contract. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The work may include CxA services, sustainable engineering support services and LEED Project Administrator services for new construction and major renovation projects. CxA services can include but not limited to: assisting the Government with establishing the Owners Project Requirements, which describes in part sustainable goals with an emphasis on achieving net zero energy use; review of design documents; development of commissioning plans; preparation of reports; and development of electronic system manuals. The work may provide sustainable engineering services, which could include evaluating proposed designs and identifying synergies to reduce energy consumption or defining benchmarks using energy modeling that could be used to define or evaluate achievement of the energy goals. LEED Project Administrator duties may include coordination and management of the documentation process necessary for certification; facilitate the integration of sustainability into the planning, design and construction process and providing technical assistance relating to aspects of high performance buildings. Projects may include facilities in support of DOD, DHS, DOI, BIA and DOE missions. These facilities may include aircraft hangers, flight simulator facilities, dormitories, child development centers, administration buildings, border patrol stations, schools, chemical laboratories, and medical facilities. Firms must be able to provide two (2) Commissioning Teams to include: registered professional Mechanical Engineer(s) that are LEED AP's to serve as Commissioning Authorities and that have acted as an on-site Principal Commissioning Authority on a least 10 construction projects. Please list names and contact information for each Commissioning Team member. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541330. Small Business Size Standard for this acquisition is $4.5 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the contract work with his/her own employees. Offeror's response to this Synopsis shall be limited to 5 pages and shall include the following information: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to perform a contract of this magnitude and complexity (include names and other contact information for Commissioning Team members) Offeror's type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) Offeror's Joint Venture information if applicable -existing and potential Interested Offerors shall respond to this Sources Sought Synopsis no later than February 17, 2011. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to ATTN: Mrs. Linda Anderson, or Mr. Joseph Rael, Contract Specialist, USACE-SPA, 4101 Jefferson Plaza NE, Albuquerque, New Mexico 87109, FAX No. 505-342-3496 or Email address:linda.j.anderson@usace.army.mil or joseph.rael@usace.army.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/W912PP11R0023/listing.html)
 
Place of Performance
Address: USACE District, Albuquerque CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque NM
Zip Code: 87109-3435
 
Record
SN02374035-W 20110209/110207233841-da737890db5f27cb8dc62941149458be (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.