Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2013 FBO #4117
SOURCES SOUGHT

C -- National Security Administration (NSA) Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Architect-Engineering Services on Oahu, Hawaii

Notice Date
3/1/2013
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-13-Z-0004
 
Archive Date
3/22/2013
 
Point of Contact
Theodore T. Turney, Phone: 8084388591, Kent Tamai, Phone: 808-835-4377
 
E-Mail Address
theodore.t.turney@usace.army.mil, kent.a.tamai@usace.army.mil
(theodore.t.turney@usace.army.mil, kent.a.tamai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Honolulu District is conducting MARKET RESEARCH. This is not a solicitation or pre-solicitation announcement. This announcement is for information and planning purposes with the intent of identifying capable firms interested in meeting the project description listed below. The type of solicitation issued and manner of advertisement for this project will be dependent on the responses received from this announcement. The North American Industry Classification (NAICS) code for this project is 541310, "Architectural Services." The Small Business size standard for this NAICS code is $7M average annual revenue. This project will be awarded as an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This IDIQ will have a period of performance no more than 5 years (subject to change) where specific work requirements will be issued on an individual basis as firm fixed price task orders. The monetary capacity of this IDIQ is estimated at $12,000,000.00. PROJECT DESCRIPTION: The National Security Administration (NSA) requires design services for various locations on Oahu, Hawaii. These services shall include but not limited to: conduct on site surveys, attend meetings, prepare meeting confirmation notices, prepare detailed design and construction documents, review/respond to Requests for Information (RFI) relating to existing design and construction documents prepared by NAVFAC Hawaii, and review contractor submittals related to existing design and construction documents prepared by NAVFAC Hawaii. This work may require contractor personnel to enter areas containing TOP SECRET information and subsequently, contractor personnel will require a minimum of TOP SECRET Clearance for Sensitive Compartmented Information (SCI) access. The contractor will be responsible for all costs associated with obtaining security clearances. RESPONSE REQUIREMENTS: If your firm is interested and capable of performing the work identified in the project description then please provide a response to this MARKET RESEARCH. Responses to this MARKET RESEARCH must contain the following information. 1) Declaration that your firm will submit a proposal for this project should it be formally advertised 2) Name of the company to include address, phone, and Point of Contact 3) Company CAGE Code and DUNS number 4) Size of the company (large or small), to include category of Small Business if applicable, such as 8(a) Small Business, Historically Underutilized Business Zone (HUBZONE) Small Business, Service Disabled Veteran Owned Small Business, Woman Owned, etc. 5) Statement of Capability (SOC) stating your company's skills, experience, past performance, and knowledge required to perform this work. Your firm shall identify whether any work stated in the SOC was completed independently as the prime contractor or affiliated with another contractor (joint venture or sub-contracted). If your role was a sub-consultant, describe the design services your company provided (structural, geotechnical, etc) and the approximate percentage of the total design. For each project listed in your SOC, please provide a title, total contract amount, location, and customer Point of Contact. Additionally, please provide a projected design team structure, identifying key sub-consultants and their respective roles. Limit your past performance information to three (3) projects. Responses to this MARKET RESEARCH shall not be more than six (6) pages in length. Should your firm not include all elements listed above, it will not be considered an adequate response. Responses received meeting the criteria set forth will be utilized in framing the Government's decision on the procurement method and type for this project. Responses need to be sent via email to the Contract Specialist Mr. Theodore Turney at: Theodore.T.Turney@usace.army.mil. Additionally, responses must be received prior to March 20, 2013. Any response received after this date will not be utilized in the Market Research assessment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-13-Z-0004/listing.html)
 
Place of Performance
Address: Island of Oahu, Hawaii, United States
 
Record
SN03000718-W 20130303/130302091717-445181014d4041d6cb8a6730c348c35b (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.