SPECIAL NOTICE
C -- MRR A-E MATOC Capacity Increase
- Notice Date
- 9/4/2015
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY15RFI3
- Archive Date
- 9/27/2015
- Point of Contact
- Betty J. Guillot, Phone: 2568955487
- E-Mail Address
-
betty.guillot@usace.army.mil
(betty.guillot@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Huntsville Center hereby provides notice of its intent to award sole-source modifications to increase the total programmatic MATOC contract capacity by $650,000, from $5 million to $5.65 million, using other than full and open competition on the current Restricted (Small Business) Medical Repair and Renewal (MRR) Architecture/Engineering (A/E) Multiple Award Task Order Contracts (MATOC) on the basis of the circumstances identified in 10 U.S.C. 2304(c)(1) and FAR 6.302-1(a)(2)(iii). The MATOC contact holders include: Global Engineering Solutions, Inc. W912DY-14-D-0013 Atlantic Design Group, Inc. W912DY-14-D-0014 Gulf Coast Architectural Group, Inc. W912DY-14-D-0015 This sole-source increase in capacity ensures continuation of medical repair/renewal A/E services while the Huntsville Center prepares a solicitation for competition and awards a multi-year contract estimated for award in FY17. The A/E Service contracts are intended to provide services such as preparation of design criteria, architectural and engineering designs, specifications, evaluations, analyses, studies, economic analyses, consultations, comprehensive planning, program management, etc specifically for Government medical facilities. Individual task orders are solicited among the selected pool of the proposed MATOCs as firm-fixed price competitively selected best- value Requests for Proposals. Work scope will vary from site to site and will require extensive knowledge of the functional operation of medical facilities, including equipment, facility support systems, and building structures. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 541330, Engineering Services. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages: 1. Offeror's name, address, point of contact, phone number, email address. 2. Offeror's Business Size/Status 3. Would you propose as a prime contractor, joint venture, or a teaming arrangement? 4. Is your firm (or team/joint venture) capable of performing multiple contracts simultaneously in various geographic locations? 5. List the States in which you have the capability/interest to perform work. 6. Does your firm (or team/joint venture) have the capability and qualifications to complete concept, partial, and full medical facility renovation designs? 7. Does your firm (or team/joint venture) have the capability and qualifications to design repair/renewal efforts for occupied medical facilities to include architectural, mechanical, electrical, civil, structural, instrumentation, communications, security, force protection, safety, systems, and cost, as well as environmental and hazardous materials abatement areas of Government facilities? 8. Does your firm (or team/joint venture) have the capability, qualifications and experience to complete designs at Government medical facilities in accordance with all applicable medical technical publications, codes, and specifications? Explain the extent of your medical facility experience. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Only written responses will be considered. All responses should appear on company letterhead and include at a minimum, affirmation of active registration in the System for Award Management (SAM) at www.sam.gov, the firm's Data Universal Number System (DUNS), and any applicable processed credentials and qualifications. All responses should indicate whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone, service disabled veteran-owned small business, or qualify as socially or economically disadvantaged and whether they are U.S. or foreign-owned. All responsible sources may respond to this synopsis and all responses will be considered by the agency. Responses should be furnished electronically to the contacts listed below not later than 10:00 a.m. CDT, 12 September 2015. Betty Guillot: betty.guillot@usace.army.mil or Katrena Winchester: katrena.h.winchester@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY15RFI3/listing.html)
- Record
- SN03873935-W 20150906/150905000323-b26900c204d46e70a25a50964e83c50e (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 |