Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 26, 2020 SAM #6784
SOURCES SOUGHT

99 -- Architectural and Engineering (A&E) Services: NEMC Operational Floor Reconfiguration

Notice Date
6/24/2020 8:36:19 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
AC-20-02882
 
Response Due
7/10/2020 2:00:00 PM
 
Archive Date
07/25/2020
 
Point of Contact
Josh Huckeby, Phone: 4059541684
 
E-Mail Address
joshua.d.huckeby@faa.gov
(joshua.d.huckeby@faa.gov)
 
Description
MARKET SURVEY FOR ACQUISITION OF ARCHITECTURAL AND ENGINEERING (A&E) SERVICES AT THE ATLANTA, GA NATIONAL ENTERPRISE MANAGEMENT CENTER (NEMC) FOR OPERATRIONAL FLOOR RECONFIGURATION NO PHONE CALLS PLEASE. ALL QUESTIONS MUST BE IN WRITING AND EITHER MAILED, FAXED OR EMAILED TO THE CONTRACTING SPECIALIST. �CONTACT INFORMATION BELOW. This is a market survey for information and comments from industry that will aid in the formation of an acquisition strategy for Architectural and Engineering services in support of the Federal Aviation Administration (FAA) National Enterprise Management Center (NEMC) located in Atlanta, GA. The draft requirements are identified in the attached Statement of Work (SOW). The responses to this market survey will be used for informational purposes only. This is not a screening information request or request for proposal of any kind. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing the response to the market survey. Therefore any cost associated with the market survey submission is solely at the interested vendor�s expense. At this time the nature of the competition has not been determined. The FAA may decide to do a full and open competition or set aside all or part of the procurement for small businesses, service disabled veteran-owned small businesses or eligible socially and economically disadvantaged businesses that are certified by the SBA for participation in the SBA's 8(a) Program. The purpose of this market survey is to solicit statements of interest, capabilities, and rough orders of magnitude (cost estimates) from businesses interested in and capable of providing the required A&E services. Respondents to this Market Survey are encouraged to provide comments regarding the government�s approach to this requirement. This market survey is also being conducted in order to obtain the information necessary to determine whether adequate competition exists to set-aside the potential acquisition among small businesses, service-disabled veteran-owned small businesses or 8(a) certified firms. The North American Industry Classification System (NAICS) codes and size standards for this effort: NAICS � 541310 � Architectural Services Size Standard - $8,000,000.00 The contractor will supply personnel and resources necessary to provide the A&E services in accordance with the attached draft SOW. Interested firms are required to submit a copy of their SBA 8(a) certification letter, if applicable. The FAA requires interested vendors to address the requirements in the attached draft Statement of Work (SOW). This document is provided for feedback and comments. Each vendor should include the following information along with their submission: 1. Capability Statement - This document should identify: - Similar services that are provided by your firm - Size and type of services provided by previous contracts (elaborate and provide detailed information and past performance) - Number of years in business - Capability of being able to provide these services under appropriate licensing 2. Clearly state whether or not you can provide all of the types of supplies/services listed in the draft SOW. 3. Expected programmatic approach (in-house, teaming, subcontracting, etc.) - Respondents must provide their strategy for accomplishing this work, including the percentage of work that will be done by eligible small, service-disabled veteran-owned and 8(a) certified businesses. 4. Rough Order of Magnitude (ROM) or budgetary estimate for the items described in the draft SOW. The FAA prefers that all submittals, including attachments, be submitted electronically to the following: Email: joshua.d.huckeby@faa.gov If email is your method of submission, please include ""MARKET SURVEY RESPONSE: A&E Services � ATL NEMC� in the subject line of your email. Information provided will not be released but please mark PROPRIETARY on all documents submitted as necessary. If you cannot respond electronically, please send two copies by the indicated deadline to: Mail: Federal Aviation Administration Mike Monroney Aeronautical Center Attn: Josh Huckeby, AAQ-721 AHQ, Bldg 14, 2nd Floor 6500 S. MacArthur Blvd. Oklahoma City, OK 73169 Fax: (405) 954-3111
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08ec0ae6b0864f52a527ec819a5bb24e/view)
 
Place of Performance
Address: College Park, GA 30337, USA
Zip Code: 30337
Country: USA
 
Record
SN05702017-F 20200626/200624230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.