Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOURCES SOUGHT

C -- Architect and Engineering

Notice Date
3/22/2017
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904, United States
 
ZIP Code
57706-4904
 
Solicitation Number
FA4690-17-A-ESOURCESSOUGHT
 
Archive Date
4/21/2017
 
Point of Contact
David L. Mendelsohn, Phone: 605-385-1748, David Goff, Phone: 605-385-1734
 
E-Mail Address
david.mendelsohn@us.af.mil, david.goff@ellsworth.af.mil
(david.mendelsohn@us.af.mil, david.goff@ellsworth.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. 1. This Sources Sought is limited to Architect and Engineering firms located within a 100 mile radius of Ellsworth AFB, SD, and must be registered with the State of South Dakota. The 28th Contracting Squadron (28 CONS), Ellsworth AFB, SD, is seeking capabilities from businesses classified as Small, 8(a), Woman Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), Service Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) for the purposes of conducting market research to determine if responsible sources exists to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. Depending on the response to this notice and other market research, 28 CONS may limit the competition to a specific category of small businesses at the exclusion of all other potential business concerns. If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. The proposed North American Industry Classification Systems (NAICS) Code is 541310 which has a corresponding Size standard of $15,000,000.00. The Government will use this information to determine the best acquisition strategy for this procurement. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 2. Scope of Services: Procure professional services of Architect and Engineering (A-E) Services in accordance with Federal Acquisition Regulation (FAR) Part 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required A-E services. Projects will vary by type, scope, and complexity requiring the use of various and multiple facility design disciplines and related technical services. A-E services for architectural, civil, structural, mechanical, electrical, environmental, landscaping, interior design, surveying and geo-technical investigations will be required. Other professional services for comprehensive planning, studies, reproduction, electronic document posting, and construction management/administration will be required. The A-E will be required to prepare studies, plans, conceptual drawings, drawings, technical specifications, cost estimates, analysis, reports and value engineering as required for a variety of maintenance, repair, alteration, renovation for delivery of construction projects. Services provided will be primarily for execution of sustainment, restoration and modernization projects; minor construction (addition/remodel); maintenance (repair/alteration) of existing real property; and/or support of Government in-house designs. Construction cost limitation will be specified for each task order in the scope of work. The anticipated ceiling of the IDIQ is $1,600,000. The contract period of performance for all contracts will consist of one 12-month basic year, plus four option year periods of 12 months each. 3. In order to be considered in the market survey, interested offerors shall respond to this Sources Sought no later than 5:00 pm (MT), 6 April 2017. We are requesting that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business to include: Company information (e.g. name, business address, point of contact, telephone number, e-mail address) and DUNS Number or CAGE Code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All interested offerors must be registered in the System for Award Management (SAM), https://www.sam.gov. All of the above must be submitted in sufficient detail for a decision to be made on the availability of small business concerns. Please limit submission of your information capability statement and data to five (5) pages. All responses must be sent in PDF or Microsoft Word format to: david.mendelsohn@us.af.mil. **PLEASE NOTE: NO PHONE CALLS WILL BE ACCEPTED, ALL RESPONSES/ QUESTIONS MUST BE IN THE FORM OF EMAIL WITH THE SUBJECT LINE "SOURCES SOUGHT FOR A&E SERVICES, Ellsworth AFB, South Dakota.** The information requested by this notice will be used within the DoD and SBA to facilitate decision making and will not be disclosed outside the agencies. This is a sources sought announcement only; no solicitation exists or is available at this time. Any information contained herein is subject to change; any updated information will be provided in future announcements and posted electronically on the FedBizOps website and https://www.fbo.gov/. The Government shall not reimburse the costs of preparing responses to this sources sought notice. In addition, this announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation Request for Qualifications is developed, it will be published on the FebBizOpps website. Potential interested parties are responsible for monitoring this site for the release of the solicitation package as well as downloading their own copy of the solicitation and amendments, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/578d04c681dc1f0f24c3335d9ec05406)
 
Place of Performance
Address: Ellsworth AFB, Ellsworth AFB, South Dakota, 57706-4904, United States
Zip Code: 57706-4904
 
Record
SN04443325-W 20170324/170322234246-578d04c681dc1f0f24c3335d9ec05406 (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.