SOURCES SOUGHT
C -- C—SOURCES SOUGHT For Indefinite Delivery-Indefinite Quantity Architect-Engineer Contract for Regional Construction Management Support Services Primarily for Southern California Area, but may be used SPD Wide
- Notice Date
- 5/5/2016
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
- ZIP Code
- 90017-3401
- Solicitation Number
- W912PL-16-S-0017
- Point of Contact
- Maricela A. Zamora, Phone: 2134523250, Patricia B Bonilla, Phone: 213-452-3255
- E-Mail Address
-
maricella.a.zamora@usace.army.mil, Patricia.B.Bonilla@usace.army.mil
(maricella.a.zamora@usace.army.mil, Patricia.B.Bonilla@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Indefinite Delivery - Indefinite Quantity Architect/Engineer Contract for Regional Construction Management Support Services primarily for Veteran Affairs Hospitals located in Los Angeles, Long Beach and San Diego; however, it can be used for all areas supported by the Los Angeles District (Arizona, Nevada, and California) and the entire South Pacific Division (SPD). This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS, THEREFORE NO SF330 FORM IS REQUIRED AT THIS TIME. No reimbursement will be made for any costs associated with providing information in response to this source sought or any follow up information requests. Respondents will not be notified of the results of the evaluation. The proposed acquisition will be competitive, firm fixed price, indefinite delivery-indefinite quantity contract. The type of set-aside decision to be issued will depend upon the responses to this source sought. The purpose of this source sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned Small Business, Economically Disadvantaged Women Owned Small Business and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. The Government is seeking qualified, experienced sources for professional A-E Services, procured in accordance with PL-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36, capable of performing the following requirements. Services Required: The Contractor shall provide support persons capable of performing Architect-Engineering functions for the following positions: Project Manager, Civil/Engineer, Structural Engineer, Mechanical Engineer, Electrical Engineer, Engineering Technician, Senior Construction Representative, Junior Construction Representative, Clerical, Project Engineer, Architect, Environmental Engineer, Safety Engineer, Surveyor, Geologist, Industrial Hygienist, Geotechnical, Hydrographical Surveyor, Biologist, Scheduler, Air Quality Specialist, Cost Estimator, and Project Controls. Qualifications: The Contractor shall provide technically competent and appropriately qualified personnel to perform this service. The Contractor shall be responsible for providing the necessary management to perform this contract and resumes of all Contractor personnel shall be submitted to the Government for review and approval prior to any individual commencing work. Contractor shall comply with Army Regulation AR-25-2 Information Assurance as follows: AR-25-2 Information Assurance. Section V Personnel Security (4) IT-III is- (a) Defined as- 1. Personnel in IA positions, for example, power users or a SA on individual systems for configuration or management with limited privileged-level access to that IS(s) or device(s). This is a position of higher trust. 2. Personnel with roles, responsibilities, and access authorization of normal users with non-privileged level access to the IS or device. 3. Personnel with non-privileged level access authorization in the role of official or statutory volunteers. The provisions for statutory volunteers are covered in AR 608-1. (b) A favorable review of local personnel, base and military, medical, and other security records, as appropriate. (c) Initiation of a NACIC (for civilians) or national agency check (NAC) (for military and contractors), as appropriate and favorable review of SF 85P and Supplemental Questionnaire. Meeting this requirement is necessary in order to access Government computers to enter daily Quality Assurance Report data into the COE Resident Management System (RMS) Professional Supervision by Contractor: All work and services provided under this contract shall be performed under the supervision and direction of qualified contractor personnel. Applicable Documents: The following documents provide general and specific guidance in the performance of services under this contract. The Contractor shall be guided by these documents and procedures, requirements, and methodology unless they conflict with those in the scope of work in which case, the scope of work shall govern. The Contractor is responsible for procuring the following documents. The documents shall be of the latest edition as shown below at the time of award of this contract. The documents can be viewed at: http://www.usace.army.mil/publications (1) EM 385-1-1, U.S. Army Corps of Engineers Safety and Health Requirements Manual. (2) Inspection and Surveillance: (3) U.S. Army Corps of Engineers, EP 415-1-260, (4) U.S. Army Corps of Engineers, EP 415-1-261, Volumes 1 through 4, (5) U.S. Army Corps of Engineers, ER 415-1-302, (6) U.S. Army Corps of Engineers, ER 1180-1-6, (7) Design Reviews: (8) U.S. Army Corps of Engineers, ER 415-1-11, (9) Quality Assurance Plan (10) Guide Specification for Contractor Quality Control (11) RMS Manual Version 2.38 (http://rms.usace.army.mil/qcs/default.aspx) m. Orientation: Firms must have ability to perform up to 5 task orders simultaneously. The North American Industry Classification System code for this procurement is 541330 which has a small business size standard of $15M Small Business firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self-perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Award will be based on selection of the most highly qualified firm in accordance with A-E Brooks Act procedures in accordance with FAR 36.6. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this source sought shall be limited to 5 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capacity to perform a contract of this magnitude and complexity (include firm's capability to execute AE services comparable work performed within the past 5 years): 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, WOSB/EDWOSB, and/or EDWOSB 5. Firm's Joint Ventures (existing), including Mentor Protégé and/or teaming arrangement information is acceptable. Interested Firm's shall respond to this Sources Sought announcement no later than 24 May 2016, 4:30 PM Pacific Time. All interested firms must be registered in www.sam.gov to be eligible for award of Government contracts. Mail, fax of email your response to Maricella.a.zamora@usace.army.mil or Patricia.B.Bonilla@usace.army.mil Point of Contact: Maricela Zamora (213) 452-3250 Fax (213) 452-3176 USACE District, Los Angeles Contracting Office Address: USACE District, Los Angeles, 915 Wilshire Blvd, Los Angeles, CA 90017
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-16-S-0017/listing.html)
- Place of Performance
- Address: USACE District, Los Angeles, 915 Wilshire Blvd, Los Angeles, CA 90017, Los Angeles, California, 90017, United States
- Zip Code: 90017
- Zip Code: 90017
- Record
- SN04106466-W 20160507/160505234049-516c52f8a2d1dc5c2c3c01ec1219f73c (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 |