Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOURCES SOUGHT

R -- FBI IDIQ A/E SERVICES - Sources Sought Attachment AEP Position Description

Notice Date
12/21/2017
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, FedBid Marketplace, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
15F067-18-1200-R-0000016
 
Point of Contact
Jennifer L. Robinson, Phone: 3046255293
 
E-Mail Address
Jennifer.Robinson@ic.fbi.gov
(Jennifer.Robinson@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
AEP Position Description FBI Architect/Engineering/Planning Services Solicitation Number: Agency: Department of Justice Office: Federal Bureau of Investigation Location: Procurement Section Notice Type: Sources Sought Posted Date: December 21, 2017 Response Date: January 9, 2018 Original Set Aside: Set Aside: Classification Code: R -- Professional, administrative, and management support services NAICS Code: 541 -- Professional, Scientific, and Technical Services/ 541310 - A/E/P Services; 541330 Engineering Services; Synopsis: The Federal Bureau of Investigation (FBI) is seeking AEP Services for sites throughout the United States and other locations world-wide as the need occurs. The FBI does, however, anticipate needing the vast majority of services for work planned at and/or managed from the following FBI Primary Facilities Management Office locations: • Washington D.C. metropolitan area • Huntsville, Alabama • Quantico, Virginia • Pocatello, Idaho • Clarksburg, West Virginia AEP services required may include, but are not limited to, Advanced Planning and Engineering Studies, Existing Conditions Surveys, Environmental Assessments, Geotechnical Investigations, Conceptual Designs, Preparation of Complete Construction Documents including drawings and specifications, Third-party Commissioning and Construction Phase Support. Mechanical and electrical engineering as a stand-alone service may also be required. In addition, services may include providing full and/or part-time on-site professional staff at FBI Primary Facilities Management Offices. Offerors shall be licensed professional businesses engaged primarily in the delivery of architectural and engineering services. Due to the volume of work anticipated in certain locations, the FBI is considering establishing two "regions" for which Offerors may compete for award: Region 1: Washington DC Metropolitan Area- Supports the CONUS/ OCONUS except for Huntsville, AL. Offerors with their home (Headquarters) or a major regional office within a 200 mile radius of Washington, DC will be eligible to compete for award. A home or major regional office is defined as an office where policy is established and where management and control functions for all or a significant part of an Offeror's business is performed. Region 2: Huntsville, AL.- Supports FBI work at the Redstone Arsenal. Offerors with their home (Headquarters) or a major regional office within a 200 mile radius of Huntsville, AL will be eligible to compete for award. This Sources Sought notice is not a Request for Proposal. No solicitation documents are available. The FBI is researching small business capabilities for these services. Information from the Sources Sought will be used to understand the capabilities of the competitive market. Results from this Sources Sought will be used to develop our market research report and finalize our acquisition strategy. After responses are received, our technical staff will evaluate responses and may interview prospective contractors to pursue future contracting initiatives. Offerors shall possess, at a minimum, a Top Secret Facility Clearance and be able to hire personnel with Top Secret and Secret clearances. If your organization has the potential capacity to perform these contract services, please provide a tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements Furthermore, contractors shall provide the following information to be considered for these services : 1. Company Name and Address 2. Cage Code 3. DUNS Number 4. Top Secret Facility Clearance (Y/N) 5. Socio-Economic Status (reflect all) 6. Registered in SAM.gov: (Y/N) 7. Geographic limitations on service area, if any. 8. Ability to provide the full range of AEP services and on-site professional staff to successfully perform similar requirements at the locations defined above. The draft labor categories are included as an attachment entitled "Position Descriptions" to this sources sought. General Experience and Technical Approach to providing staff at multiple locations must be demonstrated. 9. Corporate Experience and Technical Approach to accomplishing the following key duties: a. AEP Services as described above b. Approach to recruiting and retention c. Demonstration of past successful contract d. Complete attached "Job/Labo r Category Matrix" for any government projects/contracts completed in last five years showing the labor categories directly provided. The FBI requests that interested contractors provide submissions for this Sources Sought electronically in Microsoft Word. Responses shall not exceed five (5) pages. Electronic submittals must be emailed to Ms. Jennifer Robinson-Smith, jlrobinson2@fbi.gov, by 4:00 pm, Eastern Time, January 9, 2018. The North American Industry Classification System (NAICS) code for this effort is 541310 and 541330. At this time, the FBI does not guarantee that any future contracts may be awarded covering the aforementioned duties and responses to this Sources Sought. Responses to this Sources Sought do not bind the FBI to any agreement with any interested contractor, be it explicit or implied. Contractors are advised that the FBI will not pay for information submitted in response to this Sources Sought, nor will it compensate contractors for any costs incurred in the development or furnishing of a response. The FBI will not entertain telephone calls or questions regarding this Sources Sought and will only evaluate written responses to the information requested. Contracting Office Address: 935 Pennsylvania Avenue, N.W. Washington, District of Columbia 20535 United States Primary Point of Contact.: Jennifer Robinson-Smith Jlrobinson2@fbi.gov 1000 Custer Hollow Rd. CMT Rm 208 Clarksburg, WV 26306
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/FedBid/15F067-18-1200-R-0000016/listing.html)
 
Place of Performance
Address: 935 Pennsylvania Ave., NW, Washington, District of Columbia, 20535, United States
Zip Code: 20535
 
Record
SN04774690-W 20171223/171221232009-ffe2610c1adf6acd88bbbaf9b1d0e407 (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.