SOURCES SOUGHT
C -- Market Research and Sources Sought Notice for information on capability and availability of potential contractors to propose on an Indefinite Delivery Indefinite Quantity for Architect-Engineering Services for Mobile District U.S. Army Corps of Engineers
- Notice Date
- 5/17/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-16-L-0027
- Archive Date
- 6/16/2016
- Point of Contact
- Janis R. Steiner, Phone: 2516943871
- E-Mail Address
-
janis.r.steiner@usace.army.mil
(janis.r.steiner@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Market Research and Sources Sought Notice for information on the capability and availability of potential contractors interested in proposing on an Indefinite Delivery/ Indefinite Quantity (ID/IQ) for Architect and Engineering (A-E) Services for the Mobile District, U.S. Army Corps of Engineers to provide comprehensive planning support for the US Air Force, Office of the Assistant Secretary of the Air Force for Installations, Environment and Logistics (SAF/IE). The contractor should anticipate requirements to perform services at federal/military projects worldwide. The USAF has an active master planning program to identify encroachment issues that would affect the operation of their bases and to work with the surrounding communities to establish partnerships to prevent or limit encroachment. Encroachment studies and plans are accomplished in accordance with Air Force Policy Directive 90-20 Air Force Encroachment Management and Air Force Instruction 90-2001 Air Force Encroachment Management. The USAF goal is to prepare an Installation Complex Encroachment Management Action Plan (ICEMAP) for each of its bases worldwide. USAF community partnership activities are conducted in accordance with AF Policy Directive 90-22, Air Force Community Partnership Program. A number of community coordination/collaborative efforts are conducted in support of the ICEMAP process and in furtherance of the Air Force Collaborative Planning (AFCP) process. The results of these community partnership efforts are delineated in a document or series of documents that, for the purposes of this synopsis, will be referred to as a Community Partnership Plan. The proposed contract duration will be five (5) years. This is a SOURCES SOUGHT SYNOPSIS and is NOT a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Businesses, HUBZone, 8(a), Service Disabled Veteran owned and Women Owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement to acquire an ID/IQ for A-E services for the Mobile District to provide comprehensive planning support to SAF/IE. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. A-E Services provided under this contract will include, comprehensive planning support for the US Air Force, US Air Force Reserve, and US Air National Guard, within the Program Management Office and at nationwide installations, for cross-sector community partnership initiatives; and for installation master planning, and encroachment management. Services will include, but are not limited to: ICEMAPS; installation master plans/general plans; encroachment studies; sustainability studies and risk assessments; collaborative relationships; assessing and analyzing viability of opportunities; developing case studies; reviewing and evaluating cost/benefits analysis; supplying all support necessary to provide expertise in policy and program management for the Air Force Community Partnership Program. The proposed contract duration will be five (5) years. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 541330 with a Small Business Size Standard of $15,000,000 average annual receipts over three years. Responses are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a) or Women Owned Small Business shall be indicated on first page of submission. 3. Description of capability to perform the proposed synopsis above, prepare and comply with various environmental documents and permits, and capacity to execute this project with other ongoing contracts as the prime. 4. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 80% complete within the past five years. The past performance information should include project title, location, general description to demonstrate relevance to the proposed synopsis, the Offerors' role, dollar value of contract, and agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). All projects submitted must be performed as the Prime contractor only. Responses should be submitted via e-mail to janis.r.steiner@usace.army.mil. Submittals are due no later than 15 calendar days after the date of this notice. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Note 1: This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. Note 2: This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Note 3: Large Businesses need not respond. Note 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District projects are available on the internet at http://www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-16-L-0027/listing.html)
- Place of Performance
- Address: Nationwide, United States
- Record
- SN04119806-W 20160519/160517235120-b8a7b4aa2a661b6652df16ee0c490ff3 (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 |