Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2013 FBO #4065
SOURCES SOUGHT

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT for ARCHITECT AND ENGINEERING SERVICES for the United States Coast Guard facilities located in the State of Alaska

Notice Date
1/8/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Facilities Design & Construction Center, 5505 Robin Hood Road, Suite K, Norfolk, Virginia, 23513-2400, United States
 
ZIP Code
23513-2400
 
Solicitation Number
HSCG87-13-R-PJT360
 
Archive Date
2/1/2013
 
Point of Contact
Heather S Brubeck, Phone: 907-463-2415, Richard J. Garrison, Phone: 907-463-2418
 
E-Mail Address
heather.s.brubeck@uscg.mil, Richard.J.Garrison1@uscg.mil
(heather.s.brubeck@uscg.mil, Richard.J.Garrison1@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT for ARCHITECT AND ENGINEERING SERVICES for the United States Coast Guard facilities located in the State of Alaska SOURCES SOUGHT: THIS IS ONLY A SURVEY OF THE MARKET TO DETERMINE IF THERE ARE POTENTIAL SMALL BUSINESS CONTRACTORS THAT CAN SATISFY THE FOLLOWING REQUIREMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. The U.S. Coast Guard is considering whether or not to set aside an acquisition for Small Business Concerns, including HUBZone concerns, Service-Disabled Veteran-Owned Small Business Concerns (SDVOSB), and 8(a) small business concerns. The Government intends to award up to three (3) Indefinite Delivery Indefinite Quantity (IDIQ), Architect Engineering Services contracts for a five-year period, beginning on or about 1 September 2013. The aggregate award amount for the three contracts is expected to be $50M, with a five (5) year performance period. For planning purposes, it is anticipated that up to $10M/year of work will be ordered, however this amount may vary due to government need and funding levels and is not a guaranteed amount. Task Order amounts will typically vary from $25K to $500K. The CONTRACTOR may, but is not obligated, to participate in the Fair Opportunity Act process for Task Orders greater than $500K. The applicable North American Industry Class System (NAICS) 2012 code is 541330. The small business size standard is the average annual receipts of $14 Million. No solicitation is being issued at this time and specifications are not available. For reference purposes, the solicitation, when issued will be numbered HSCG87-13-R-PJT360. The solicitation in its entirety and any subsequent amendments will be available at no charge online at http://www.fbo.gov under the above mentioned Solicitation number. Scope: This project is to provide services which include the full range of engineering services required to maintain, refurbish and construct new USCG facilities in the State of Alaska; including waterfront facilities, housing, industrial facilities, support and operational buildings, and infrastructure and utilities systems. Design services include, but are not limited to the following: • Project Scoping, Schematic and Final Design (contract ready construction documents). All construction package documents shall be stamped by a licensed engineer/architect in Alaska. Engineering Services include, but are not limited to the following: • Studies: Perform site investigations and site analysis, prepare project planning and development documents. • Investigations and Analysis: Provide services in a wide range of technical areas to include: geotechnical, topographic, hydrographic, seismic analysis; facilities maintenance, planning and programming studies energy analysis, preparing regulatory permit applications or performing regulatory consultations. The contractor may be required to complete ADEC reports and do other minor environmental investigations. Engineering Support Services, but are not limited to the following: • Provide cost estimating, fire protection and life safety support services, energy/building envelope services, data management and technical support services. • Field Services: Provide a full range of field work, including site investigations, and performing all technical disciplines associated with facilities maintenance and, design and construction programs. Anticipated Capabilities/Qualifications: Firms may have as their prime area of expertise an established engineering discipline (eg: mechanical, electrical, structural, etc) OR architecture. The contractor will have in-house engineering OR architecture areas of expertise. The contractor will have in- house capability, OR the ability to obtain via sub-consultants, the appropriate Professional certifications and licensing in Alaska for the following core disciplines: Architecture, Structural Engineering, Mechanical Engineering, Electrical Engineering and Civil Engineering. The contractor will have demonstrated experience: coordinating with Alaska State Environmental Regulatory Agencies, working on multi-trade/multi-faceted remote Alaskan design and construction projects, working for/with Government agencies on Alaskan design and construction projects. Although all interested firms may respond to this sources sought, at the present time, this acquisition is anticipated to be issued as a Small Business Set-aside. Please indicate in your response if your firm is HUBZone certified in accordance with FAR 19.1303, 8(a) small business certified in accordance with FAR 19.802 or SDVOSB certified in accordance with FAR 19.1403 and intends to submit an offer on this acquisition. All responses shall be sent via email to Heather.S.Brubeck@uscg.mil with "Sources Sought for Solicitation Number HSCG87-13-R-PJT360" in the subject. Please reference the above solicitation number in all correspondence pertaining to this project. Your response should include the following: (a) a positive statement of your intent to submit a proposal for this solicitation as a prime contractor, (b) statement of business size (c) capabilities statement with evidence of experience in work similar in type and scope to include contract numbers, project titles, dollar amounts, points of contact and telephone numbers/email addresses. Responses are limited to no more than five (5) pages and no larger than 2MB. The size of a small business firm includes all parents, subsidiaries, affiliates, etc. Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status. All A-E firms are advised that registration in the System for Award Management is required at the time of SF 330 submission. For more information, check the website at https://www.sam.gov/portal/public/SAM/ Your response is required by 1300 (AKST) on 17 January 2013. All of the above must be submitted in sufficient detail for a decision to be made on a small business HUBZone, 8(a) or SDVOSB set-aside.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG87-13-R-PJT360/listing.html)
 
Place of Performance
Address: State of Alaska, United States
 
Record
SN02961099-W 20130110/130108234315-fc4d1ced8ee1edcf5d512c2dabf4b928 (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.