Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2012 FBO #3830
SOURCES SOUGHT

C -- ACHITECTURAL/ENGINEERING AND DESIGN SERVICES FOR UNITED STATES MILITARY ACADEMY WEST POINT NEW YORK

Notice Date
5/18/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
 
ZIP Code
10996-1514
 
Solicitation Number
W911SD0010087168
 
Response Due
5/25/2012
 
Archive Date
7/24/2012
 
Point of Contact
Kymberly Aviles, 845-938-5861
 
E-Mail Address
MICC - West Point
(kymberly.aviles@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential qualified Small Business Administration (SBA) certified: 8(a), HubZone and Service Disabled Veteran-Owned firms relative to the North American Industry Classification Code (NAICS) 541330 (Engineering Services). Engineering and Design Services are required for an Indefinite Quantity Contract for Architectural Design and Engineering Services (A/E) for Multidisciplinary A/E projects. The A/E shall provide all labor, material, equipment and supervision in accordance with the below specifications to provide architecture and engineering design services to the United States Military Academy, West Point, NY 10996. The A/E services will include all disciplines necessary for, but not limited to, the following: the general repair and renovation of buildings, utility distribution systems, base infrastructure, roadways, water fronts, athletic fields, roofs; design of new minor facilities to include small additions, small buildings, minor site improvements, and minor utility infrastructure improvements; removal or abatement of lead paint and asbestos; Life Safety design; minor urgent inspections with recommendations of repairs in report form; Code studies; interior space planning/design studies; and other similar A/E services. Other Architect-Engineering and Engineering Services that may be required under this contract include the preparation of DD Form 1391 documentation. The A/E shall provide construction inspection services and respond to Requests for Information (RFI). Inspection, and RFI responses, will be limited to facilities and infrastructure for which the A/E provided design services. The A/E will provide design submissions as follows: 30%, 60% and 100%. Submissions will include all constructions documents (plans and specifications). The A/E will facilitate design reviews at each submission. A/E will prepare on-review meeting minutes. The A/E firm must have, either in-house or through consultants, licensed/registered professionals in the following disciplines: (1) Architect; (2) Structural; (3) Civil; (4) Mechanical; (5) Electrical; (6) Environmental; (7) Value Engineering; (8) Cost Engineer; (9) Scheduler; (10) Risk Analyst; (11) Fire Protection; and (12) Historical Preservation This procurement is for firm fixed-price multiple award IDIQ contracts with a maximum amount of $2,500,000 per contract for a base year and two (2) one-year options. Services will be procured in accordance with PL 92-582 (Brooks Act) and FAR Part 36. A/E firms having the skills and capabilities necessary to perform the stated requirements are invited to provide information to contribute to this market survey/sources sought. Responses should include the following information: 1. Company Name, Address, Point of Contact, Phone number and e-mail address 2. Business size determination, and DUNS number 3. Demonstration of the firm's experience within the past five years, listing the projects completed. Provide a brief description of the work performed, to include project title, dollar amount and which functional areas were self-performed, along with a customer contact name and phone number 4. Provide information on firm's assets, key personnel and financial resources that demonstrate the firm's responsibility and capability to perform the work. Responses due are to be submitted by e-mail to kymberly.aviles@us.army.mil. The information requested must be received no later than 2:00 pm Eastern Standard Time on 25 May 2012. Please note that this is not a Request for Proposal,the Government is seeking information for market research purposes only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/82d75f43468692f69fc6adcdeb4a1c32)
 
Place of Performance
Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
Zip Code: 10996-1514
 
Record
SN02752790-W 20120520/120519000908-82d75f43468692f69fc6adcdeb4a1c32 (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.