Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2015 FBO #5144
SOURCES SOUGHT

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT MECHANICAL AND ELECTRICAL DESIGN

Notice Date
12/22/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-16-R-0020-SS
 
Archive Date
6/30/2016
 
Point of Contact
Michelle R Mandel, Phone: 907-753-2502
 
E-Mail Address
Michelle.R.Mandel@usace.army.mil
(Michelle.R.Mandel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY ARCHITECT-ENGINEER CONTRACT MECHANICAL/ELECTRICAL DESIGN, PRIMARILY VARIOUS LOCATIONS, ALASKA THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to perform the following work: The AE(s) selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Typical types of services to be provided are related to the study and design of new, renovations, repair, and modernization of mechanical and electrical systems to include: design of various fuel (including coal) power plants (including cogeneration) and heat plants; study and design of fire protection and detection systems (including aircraft hangar aqueous film forming foam (AFFF) fire suppression systems as well as standard wet, dry, and preaction sprinkler systems); performance of commissioning services (LEED both Fundamental and Enhanced); study and design of heating, ventilation, air conditioning and refrigeration with DDC controls, utilidors and enclosed utility systems; studies and designs of electrical power, communication, grounding, lighting and control systems; general building designs; the design of POL systems is incidental to facility design. The AE may also perform construction phase services, inspection and investigations or may development Design/Build RFPs. The AE or their subcontractors must be familiar with current Alaska State and Federal Regulations as they apply to air quality standards and permitting and have experience in coal combustion, coal fired boiler exhaust analysis and treatment, coal specification analysis and coal handling systems. The AE and their subcontractors must have experience in cold regions design. Cold regions design is not considered to be a separate discipline that can be subcontracted. Rather, knowledge and experience in the design, construction and operation of facilities in arctic, subarctic, and cold region environments must be integral to all design disciplines. The AE may be required to participate in programming, value engineering studies, design Charrettes and project review conferences; participation may include facilitation, VE Study team, etc. The applicable North American Industry Classification System (NAICS) code is 541330, Engineering Services, and the related small business size standard is $15 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 19 January 2016, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-C/M (Mandel), PO Box 6898, JBER, AK 99506-0898 or via email to Michelle.R.Mandel@usace.army.mil Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and business size under NAICS 541330 (2) If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc) (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-16-R-0020-SS/listing.html)
 
Place of Performance
Address: Primarily Various Locations, Alaska, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03976150-W 20151224/151222234510-53bb485928e9a0250c31039e469639e2 (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.