SOURCES SOUGHT
C -- USCG Alaska Region A/E MATOC
- Notice Date
- 9/13/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Juneau, P.O. Box 21747, Juneau, Alaska, 99802-1747, United States
- ZIP Code
- 99802-1747
- Solicitation Number
- 70Z08719SALASKAAE
- Archive Date
- 10/30/2018
- Point of Contact
- Wesley M. Whisner,
- E-Mail Address
-
wesley.m.whisner@uscg.mil
(wesley.m.whisner@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT: THIS IS ONLY A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The U.S. Coast Guard is considering whether or not to set aside an acquisition for HUBZone Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns (SDVOSB), 8(a) certified Small Business concerns, Woman-Owned Small Business concerns or Small Business concerns for a multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract to provide professional architect and engineering services to support our civil engineering program in Alaska. Projects will include a variety of assignments within the state of Alaska. The applicable North American Industry Classification System (NAICS) code is 541330 with a small business size standard of $15 million (Note: these requirements do not include naval engineering or marine architecture). The U.S. Coast Guard is seeking Interested Vendors with successful past performance, current relevant experience, personnel, equipment, and capability to do work which will consist of, but will not be limited to, (1) Design services including project scoping, schematic design, and final design (contract ready construction documents); (2) Engineering Services including (a) concept and planning studies, (b) investigations, analysis and studies, (c) analysis and recommendations regarding engineering approach, design, and alternatives, and cost analysis, (d) a full range of field work, (e) technical support to develop complete and biddable Request for Proposals for design-build contracts; (3) Construction Contract Support Services including office and field consultation, review of contractor's submittals and shop drawings, preparation of as-built drawings, preparation or review of Operation/Maintenance Manuals; (4) Field Support Services including field consultation during construction, pre-construction conferences and final inspection, and inspection services. The Government anticipates award of up to three (3) Indefinite-Delivery/Indefinite-Quantity (ID/IQ), Architect-Engineering Services contracts. Notional performance period would be one year with annual options, potential for 10 years. The anticipated aggregate ceiling for all awarded base contracts is approximately $50M. In accordance with FAR Part 19, if your firm is one of the above small business concerns and intends to submit an SF-330 on this acquisition, please respond by email to Wesley.m.whisner@uscg.mil with "Sources Sought for Solicitation 70Z087-19-S-ALASKAAE" in the subject line. Your response should include the following: (a) a positive statement of your intent to submit an SF-330 for the solicitation as a prime contractor; (b) a statement identifying your certified small business designation or large business; (c) evidence of Professional qualifications to perform the services envisioned for this contract and a past record of performance on AE design projects in coastal Alaska. Responses are limited to no more than five (5) pages and no larger than 2MB. Your response is required no later than 15 OCTOBER 2018. All of the above must be submitted in sufficient detail for a decision to be made on an applicable set-aside.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGCEUJ/70Z08719SALASKAAE/listing.html)
- Record
- SN05087115-W 20180915/180913231004-7f803cbd4c6199858b531260341cf2f1 (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 |