Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
MODIFICATION

C -- Architect & Engineering Services

Notice Date
10/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Specialty Services Division, Acquisition Policy Branch (2PXP), 26 Federal Plaza, Room 1703, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
2PQC
 
Point of Contact
Hillary Gonzalez, Phone: (787) 766-6511
 
E-Mail Address
hillary.gonzalez@gsa.gov
(hillary.gonzalez@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought notice only. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of technically capable and otherwise responsible firms that would be interested in submitting offers for this anticipated solicitation. The General Services Administration, Public Buildings Service, Northeast & Caribbean Region is conducting a market survey and is seeking qualified sources to provide Architectural and Engineering Design Services on an as needed basis, for projects located in New York, New Jersey, Puerto Rico and the U.S. Virgin Islands (St. Thomas & St. Croix). The NAICS code associated with this procurement is 541310 with a size standard of $7.0 Million for the past 3 years. This contract(s) will be procured in accordance with Public Law 92-582, The Brooks Act and FAR Part 36.6. Under this process, the Government will award to the most highly qualified A/E firms with whom it can negotiate a fair and reasonable price. The services for this contract may include, but are not limited to, site investigations, site surveys, Feasibility Studies, Project Development Studies, Building Evaluation Reports, Master Plans, concept designs, construction documents, Design-Build Bridging, Design-Build Scope Preparation, estimating services, procurement support, record drawings, constructability reviews, technical design reviews, construction administration services, shop drawing review and approval and construction site inspections, and other A/E Services, to include incidental related work in support of Government administered construction contracts; facility investigations and research; and planning studies. Disciplines and expertise that may be required to accomplish the scopes of the task orders include but are not limited to: architecture, mechanical, electrical, plumbing, civil, structural, fire protection, life safety, security, blast, risk assessment, vertical transportation, space planning, real estate market analysis, interior architecture, historic preservation, estimating, master planning, report writing, quality control review, scheduling, surveying, LEED sustainability, BIM, 3-D rendering, code compliance, hazardous material removal, Courts, and U.S. Marshal expertise. The Government intends to award multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts as a result of the anticipated solicitation. These contracts will be awarded for a one-year base period with four (4) one-year option periods to be exercised at the Government's discretion. The maximum order limitation is $5,000,000 for each one year period. The minimum guarantee for the contract is $2,500 for each one year period. The selected firms must negotiate overhead, profit, and hourly rates for major anticipated disciplines to be used in negotiating fixed price task orders. The firm/team must have an existing active design production office within the geographic area of GSA, PBS, Region 2, which is determined to be a 75- mile radius of Columbus Circle, New York, NY. Joint Ventures or firm/consultant arrangements will be considered and evaluated on a demonstrated interdependency of the team member to provide a cohesive quality design effort. Companies who have the necessary experience in architectural design should submit a statement of capabilities, which is not a proposal, but rather a short statement regarding the firm's expertise and experience. Please limit submissions to three (3) pages. Firms should indicate eligibility for SBA programs and whether they qualify as a Small Business, SBA-certified HUBZone, SBA-certified 8(a) or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Additional information related to SBA programs can be found at www.sba.gov. Statement of capabilities must be submitted no later than Friday, November 9, 2012, 4:00 PM EST. Send submissions to the attention of Hillary Gonzalez, at e-mail hillary.gonzalez@gsa.gov THIS IS NOT A REQUEST FOR PRICE OR TECHNICAL PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PP/2PQC/listing.html)
 
Record
SN02920439-W 20121028/121026234253-1ddf6c7565e1d1ea1fcc30f5364f62c3 (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.