SOURCES SOUGHT
C -- Master Planning Architect-Engineer Indefinite Delivery Contracts for the U.S. Army Engineer District, Baltimore
- Notice Date
- 11/16/2012
- Notice Type
- Sources Sought
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-13-S-0009
- Response Due
- 12/5/2012
- Archive Date
- 1/15/2013
- Point of Contact
- Patricia Morrow, 410-962-3463
- E-Mail Address
-
USACE District, Baltimore
(patricia.morrow@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY; it is not a request for competitive proposals. The US Army Corps of Engineers, Baltimore District, is conducting market research to identify potential small business architect-engineer firms for master planning indefinite delivery contracts for the Baltimore District and North Atlantic Division. INFORMATION: This is a Sources Sought Synopsis announcement for information to be used for preliminary planning purposes. The information received will be used within the Army to facilitate the decision making process and will not be disclosed outside of the agency. It is anticipated that the master planning contracts will be set-aside for small businesses The work anticipated includes: Real Property Master Plan development and updating, including requirements analysis, planning charrettes, long range components, short range components, capital investment strategy, master plan digest, area development plans, installation design guides, MILCON programming and full 1391 development, environmental assessment and environmental impact statements (NEPA), transportation management plans, range planning, utility studies, Computer-Aided Design and Drafting (CADD), Geographic Information System (GIS), Maximo, Facility Utilization Studies, RPLANS TAB updates, space planning and management, PRISMS, sustainability, and net zero initiatives. Presentations and coordination with various agencies of the government to include presentations, illustrations, studies, reports and other technical assistance obtaining approvals from National Capitol Planning Commission, the U.S. Commission of Fine Arts, coordination with State Historic Preservation Offices, and other state and local governing authorities depending upon geographic area. The applicable NAICS code for this procurement is 541320. Interested parties should respond to the Contracting Point of Contact, Patricia Morrow. Interested parties shall provide the following information: Evidence that their experience with similar type work as shown above. Interested parties shall provide company profile, including the name of the business, complete contact information, business size and socioeconomic category, such as: Service Disable Veteran Owned Small Business, Veteran Owned Small Business, Women-Owned Small Business, Hubzone Small Business, 8 (a) Small Business, etc. Interested parties are reminded that to qualify as a Small Business under any of the above socioeconomic categories, in the event a set aside is done for any of these small business categories; at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern (see FAR 52.219-14(b)(1)). Interested parties shall be prepared to demonstrate how this requirement will be met, as meeting this requirement will be evaluated in determining the successful offeror once a solicitation is issued. Small business concerns should not claim eligibility for any given set-aside if they cannot meet the cost of personnel requirement for that set-aside. Interested parties should respond by December 5, 2012. This Sources Sought Notice is to assist the US Army Corps of Engineers in identifying an appropriate acquisition strategy only. Once the final solicitation is issued, the same will be announced/posted in Federal Business Opportunities (FBO) with sufficient time for all interested parties to respond accordingly. Interested parties shall respond to the solicitation in order to be considered for award. While subject to change, 3 resulting contracts are anticipated to be issued, each with a five year ordering period and $10,000,000 capacity. All Interested Small Businesses, Certified 8(a), Certified HUB Zone, Women-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses are invited to respond to this sources sought announcement by submitting qualifications of the prime and anticipated consultants that demonstrate experience in a format that shall not exceed 10 pages. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Submitted material will not be retained for any considerations other than this market research. Respondents will not be notified of the results of the evaluation. No solicitation is available at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-13-S-0009/listing.html)
- Place of Performance
- Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Zip Code: 21203
- Record
- SN02932402-W 20121118/121116234434-ecdb1f1c768ec7bc23a3f84ae7375d88 (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 |