Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SOURCES SOUGHT

C -- Architectural & Engineering Services in Support of Real Property Planning, Programming & Management Support IV

Notice Date
4/3/2025 12:35:08 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
W2V6 USA ENG SPT CTR HUNTSVIL REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W912DY25R0XXX
 
Response Due
5/5/2025 10:00:00 AM
 
Archive Date
05/20/2025
 
Point of Contact
Jasmine McCullough, LaShonda Smith
 
E-Mail Address
jasmine.m.mccullough@usace.army.mil, cehnc-mfssiiia@usace.army.mil
(jasmine.m.mccullough@usace.army.mil, cehnc-mfssiiia@usace.army.mil)
 
Description
This is a SOURCES SOUGHT notice that is issued solely for informational and planning purposes and does not constitute a solicitation. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL, nor does it restrict the Government as to the ultimate acquisition approach. This notice is open for responses from both small and other than small businesses, and responses will be utilized to determine if this requirement, or a portion of this requirement, can be set-aside for small businesses in accordance with Federal Acquisition Regulation (FAR) Subpart 19.5. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned. 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers, Huntsville Engineering and Support Center (CEHNC) in Huntsville, Alabama is conducting market research to identify qualified firms capable of providing a range of services, including facility assessment, master planning, real property support, asset management, economic analysis, programming and other associated studies or project support. These services will support projects at U.S. Army, Air Force, Navy, Marine Corps, Department of Defense or other agency installation or facilities worldwide. Service locations include the Department of Defense (DoD) installations and other Government facilities throughout the Contiguous United States, Alaska, Hawaii, and outlying areas as defined by FAR 2.101, as well as outside the Contiguous United States to include: Germany, Honduras Italy, Japan, Kuwait, Kwajalein � Marshall Islands, Poland, Qatar, Republic of Korea, Turkey, Philippines and United Kingdom. The total anticipated program capacity, to be shared among all awarded contracts, is estimated at $550 Million. As part of the market research, the Government is performing market research in order to determine whether small businesses possess the capability to execute the requirements within this acquisition. Respondents need to identify all applicable small business designations to include: Small Business, 8(a), certified HUBZone, Small Disadvantaged Business, Woman Owned, Minority-Owned, Native American-Owned, and/or Service-Disabled Veteran-Owned. Interested small business firms, who meet the capability requirements outlined in this notice are encouraged to respond by addressing the questions below. If a firm has no relevant experience or capabilities for a particular question, the firm should indicate so. Based on the responses received, consideration will be given to defining what part, or all, of the acquisition will be set-aside for small business participation. 2. PROJECT INFORMATION: Contractors must have the capability to provide technical support for the planning, programming, and installation/facility management of real property in support of DoD and other Government agencies and activities. Technical support includes but is not limited to master planning, identifying and quantifying facility requirements, economic or financial analyses, DD1391 development, requirements analysis, engineering analyses, geospatial projects, facility management support, facility utilization studies, land use requirements studies and analyses, environmental documentation, energy studies, and project programming and procurement documents. Full design, construction and repair services are expressly excluded from this acquisition. Generally, all documents, analyses and studies will be at or below the 15% design threshold for a facility. The contractor may be asked to provide a proof of facility concept analysis and/or development of conceptual plans equivalent to a 35% facility design. Conceptual plans would establish proof of concept of the facility in question. At no time will this acquisition be utilized to progress facility design beyond 35%. 3. SUBMISSION REQUIREMENTS: Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12, not to exceed 10 pages. The submission will address all questions in the Capabilities Questionnaire listed below and your ability to perform the services stated in the Statement of Work (Attached to this Sources Sought Notice). Computer files must be compatible with the latest version of Microsoft Word. Submit responses via email to: dll-cehnc-p&piv@usace.army.mil. Submissions shall be received no later than 1200 Noon Central Time on 5 May 2025. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to jasmine.m.mccullough@usace.army.mil and lashonda.c.smith@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/18960ab1f35d4713a21ec9b1c6ee5273/view)
 
Place of Performance
Address: AL, USA
Country: USA
 
Record
SN07397348-F 20250405/250403230051 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.