Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2021 SAM #7195
SOURCES SOUGHT

C -- Sources Sought - Hangar Renovation

Notice Date
8/11/2021 12:52:57 PM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
W7NZ USPFO ACTIVITY SC ARNG COLUMBIA SC 29201-4763 USA
 
ZIP Code
29201-4763
 
Solicitation Number
W912QG-21-R-2550
 
Response Due
8/21/2021 7:00:00 AM
 
Archive Date
09/05/2021
 
Point of Contact
Christopher A. Jones, Phone: 8032992043, James O. Robinson, Phone: 8032991450
 
E-Mail Address
christopher.a.jones292.mil@mail.mil, james.o.robinson10.mil@mail.mil
(christopher.a.jones292.mil@mail.mil, james.o.robinson10.mil@mail.mil)
 
Description
Sources Sought: The United States Property and Fiscal Office (USPFO), 9 National Guard Road, Columbia, SC, is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Architect and Engineering Services, Type A, B and C. Services will be performed at McEntire Joint National Guard Base. This is a follow-on contract and services are required to UPDATE a project that was previously competed and awarded; however, the project never commenced due to a budget constraints. A determination by the Government not to compete this proposed contract action based upon responses to this sources sought is solely within the discretion of the Government. Information received will be considered for the purpose of determining whether to conduct a competitive procurement or to utilize other than full and open competition procedures for this follow-on contract. PLACE OF PERFORMANCE: McEntire Joint National Guard Base, Eastover, SC 29044-5008. DISCLAIMER ""THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A ""REQUEST FOR PROPOSAL (RFP)"" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT."" REQUIRED CAPABILITIES If your organization has the potential capacity to perform the below contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization. 2) Tailored capability statements 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. TASK: Provide �Type A, B and C� Architect and Engineering Services TO UPDATE existing plans for the repair and renovation of the main hangar located at McEntire Joint National Guard Base. The facility renovation is necessary to support twenty-four (24) PAA F-16 aircraft. The facility will be compatible with all applicable DoD, Air Force and base design standards. Functional space will include office space, aircraft maintenance, aircraft phase dock, back shops and storage space. Additional scope items have been added that include HEF UFC upgrades, complete envelope repairs, fall protection, site improvements and parking lot and lighting repairs. A&E firm will review all intended equipment, infrastructure and technology THAT WAS INCLUDED IN THE ORIGINAL DESIGN to ensure currency and compatibility. A&E firm will also review the latest and most recent F-35 FRD to ensure flexibility and forward compatibility is included in the design revision(s). ELIGIBILITY The applicable NAICS code for this requirement is 541310 with a Size Standard of $8.0 Million. Business of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in the capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS Interested parties are requested to submit a capabilities statement not-to-exceed ten (10) pages in length. The deadline for responses to this sources sought is 10:00 AM EST on 21 August 2021. All responses to this sources sought must be emailed to the following: christopher.a.jones292.mil@mail.mil. This documentation must address at a minimum the following items: 1) What type of work has your company performed in the past in support of the same or similar requirement for the Department of Defense? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 and DoD Deviation 2020-O0008, the small business prime must not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Provide an explanation of your company's ability to comply with this requirement. 6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8) Provide a statement that the company is registered in the System for Award Management (SAM), provide CAGE Code and expiration date of SAM registration and that company has no exclusions. 9) Provide an approximate number of days required to complete above task. 10) Provide any other data that the company feels is necessary to show capability to perform this service. The estimated Period-of-Performance will be specified in the actual solicitation should a solicitation be issued. The anticipated contract type will be Firm Fixed Price. All correspondence will be conducted via email � no phone calls will be accepted. The Government is neither committed nor obligated to pay for any information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought. (END)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/521851ee65b34de185567824de33e55c/view)
 
Place of Performance
Address: Eastover, SC 29044, USA
Zip Code: 29044
Country: USA
 
Record
SN06094203-F 20210813/210811230126 (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.