Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2016 FBO #5217
SOURCES SOUGHT

C -- Little Rock Architect-Engineer IDIQ

Notice Date
3/4/2016
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 19th Contracting Squadron, 642 Thomas Avenue, Bldg 642, Little Rock AFB, Arkansas, 72099-4971, United States
 
ZIP Code
72099-4971
 
Solicitation Number
LRAFBRJA002
 
Archive Date
4/23/2016
 
Point of Contact
Ronald J. Abbate, Phone: 9873881, Barry G. Jundt, Phone: 5019873853
 
E-Mail Address
ronald.abbate@us.af.mil, barry.jundt@us.af.mil
(ronald.abbate@us.af.mil, barry.jundt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a sources sought synopsis seeking information from any firms that have an interest in submitting an offer as a Prime Contractor for an Architect-Engineer (A-E) services in support of Little Rock AFB (LRAFB), AR and the LRAFB areas of responsibility at the All-American Drop Zone on Camp J.T. Robinson; North Little Rock, AR and the Blackjack Drop Zone--located between El Paso and Romance, AR.. An A-E contract is an Indefinite-Delivery Indefinite Quantity contract that is awarded to multiple contractors. Anticipated task orders will be Firm-Fixed Price with a magnitude up to $1,500,000.00 The total contract value for the A-E is Not To Exceed $3,250,000.00 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The work consists of a broad range of construction tasks, including but not limited to: studies, investigations, surveying, mapping, tests, evaluations, consultations, comprehensive and community planning, requirement documents, construction statement of work development, conceptual designs, full designs, value engineering, construction phase services, soils engineering services associated with designing commercial and industrial type projects and implementation of comprehensive planning programs. Complete design work includes the design plans, drawings, cost estimates, specifications and other support documents as required to execute maintenance, repair, construction, general facility renovation projects and graphic land use plans. Typical projects for multi-discipline A-E firms include, but are not limited to new construction of buildings and structures, alteration and repair of buildings, structures, roads, grounds, roofs, miscellaneous services and utilities including Jet A fuel systems. Disciplines and capabilities may be represented within the same firm or with consultants that regularly work with the primary firm. Registered, licensed professionals shall oversee all Design Services and shall stamp all prepared construction documents. Description of work will be identified in each individual task order. The A-E will be within the North American Industry Classification System (NAICS) code, 541310 Architectural Services. The small business size standard for this NAICS Code is $7.5M. We request that all interested and qualified firms respond to this sources sought notice with a capability statement similar to your marketing package used in the everyday course of doing business. Oral Communications ARE NOT acceptable in response to this notice. We request interested firms respond to this notice and provide the following information: 1. Company Information (e.g. name, business address, point of contact, telephone number, e-mail address). Also include DUNS Number or CAGE Code; 2. Summarize projects that show your capabilities and past performance. The list of relevant projects may include names of project team members and firm, point of contact (Contracting Officer and Quality Assurance Evaluator/Inspector) with titles, phone numbers, project scope, type of contract, and percentage of work completed as the prime contractor. 3. A statement of your current business size status. In your response, also indicate whether you are a HUBZone small business concern, service-disabled veteran-owned small business firm, 8(a) contractor, woman-owned small business, small business, or large business firm. Also include business size in relation to the NAICS code size standards assigned to this acquisition. Depending upon the response to this notice and other market research, 19 CONS may limit the competition to a specific category of small business at the exclusion of all other potential business concerns. If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. Please limit submissions to not more than 10 pages. The information capability statement and data noted above must be submitted in written format via email to ronald.abbate@us.af.mil with a courtesy copy to barry.jundt@us.af.mil not later than 4:30 PM (CDT) on 8 April 2016. This Sources Sought is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://www.sam.gov. This Sources Sought synopsis notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6f1f2f87bfdc423b037a8fe52997caf0)
 
Place of Performance
Address: 642 Thomas Ave., Little Rock, Arkansas, 72099, United States
Zip Code: 72099
 
Record
SN04040508-W 20160306/160304235158-6f1f2f87bfdc423b037a8fe52997caf0 (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.