Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 05, 2022 SAM #7371
SOURCES SOUGHT

C -- AE SERVICES FOR SECURITY AND RENOVATION DESIGN

Notice Date
2/3/2022 11:26:54 AM
 
Notice Type
Sources Sought
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-22-S-M031
 
Response Due
2/21/2022 3:00:00 PM
 
Point of Contact
Melanie A. Caines, Tyler P. Hegge
 
E-Mail Address
melanie.caines@usace.army.mil, tyler.hegge@usace.army.mil
(melanie.caines@usace.army.mil, tyler.hegge@usace.army.mil)
 
Description
SOURCES SOUGHT ANNOUNCEMENT NO. �W9128F-22-S-M031 - AE SERVICES FOR SECURITY AND RENOVATION DESIGN THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR ACQUISITION PLANNING PURPOSES ONLY AND IS NOT A PRE-SOLICITATION NOTICE OR SOLICITATION ISSUANCE.� Response to this request for information (RFI) is strictly voluntary and will not affect any business's ability to submit an offer should a solicitation be released. There is no solicitation document associated with this announcement; this is not a request for proposal (RFP). The requested information is for acquisition planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. This RFI constitutes a market research tool for the collection and analysis of information to determine capabilities and capacity of interested contractors. � The Omaha District, U. S. Army Corps of Engineers is seeking information from interested, qualified Small Business Community (SBC) members (for example, Small Businesses (SB), 8(a), HUBZone, Small Disadvantaged Businesses (SDB), Service Disable Veteran Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB), as well as other-than-Small Business firms (�Large� businesses) that are capable of providing services under North American Industrial Classification System (NAICS) code 541330 � Engineering Services.� All qualified, interested, capable firms are highly encouraged to respond to this sources-sought announcement.� Prior Government contract work is not required for submitting a response to this sources-sought synopsis. SCOPE OF REQUIREMENT The U.S. Army Corps of Engineers (USACE), Omaha District (NWO) intends to pursue award of one or more AE Services Single Award Task Order Contract(s) (SATOC) primarily intended for security and renovation engineering, design, and construction phase services primarily supporting Omaha District's ongoing support of DIA Defense Attach� Office renovations. Additionally, the proposed contract may support other DoD stakeholders as well as other Federal Agencies engaged in homeland security/infrastructure.� These AE contracts require OCONUS travel with Top Secret cleared personnel and the ability to produce, store, distribute classified documents. The AE must have experience in working with Intelligence community design requirements, the Defense Intelligence Agency, and Department of State overseas building operations design standards for core space renovations within U.S. embassies. The firm must be capable of producing classified design documents. The Government prefers an office located in the national capital region in order to attend classified design review conferences with intelligence community stakeholders. TYPES OF CONTRACTS Contracts are intended to be procured in accordance with FAR Part 15. It is projected that each contract awarded may have an ordering period of seven (7) years from the date of award, via some combination of base and option years. The number of RFPs and dollar capacity to be awarded is anticipated to be approximately $25 million. Task orders are intended to be firm-fixed-price. Task orders may range from approximately $50,000 T0 $500,000. � SUBMISSIONS/RESPONSES Responses to this Sources Sought Announcement/RFI shall be in a single PDF document and should include the following information (item numbers (1) through (7) below).� Cover letters, and extraneous materials are NOT desired. DO NOT SUBMIT CLASSIFIED INFORMATION. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. (1) Firm name, address, point of contact, phone number and e-mail address. (2) Your facility security officer point of contract (name, phone, email). (3) Firm DUNS Number and CAGE Code � (4) Firm business size in relation to NAICS code 541330. The small business size standard is $16.5M in annual average gross receipts over the past three (3) years. � (5) Identify location in which your company normally performs work and identify locations in which your company would be likely to compete for work under this proposed contract. This should include both withing the United States and international locations. (6) Experience. Provide any information you believe would assist the Government in understanding the capabilities, prowess, and history in performing similar services to the Government, specifically relating to core space renovations located within us embassies worldwide.� Examples include, project example narratives, capability statements, project portfolios, corporate advertisements, historical records, etc.� Please provide details of the submissions such as, NAICS codes used, customer point of contact and contact information, dates, durations, and project values. (7) Capacity to accomplish the work.� Projects will require highly specialized design experience and the need for Top Secret cleared team members with ability to work overseas.� Firms must also have classified document storage capabilities. Demonstrate your firm�s capability and capacity to perform services of this type on multiple task order awards concurrently. Be specific regarding dollar amounts, position titles and quantities of personnel that could support requirements, and ability to meet schedules. Additionally, answer the following questions: How can the responding firm accommodate the work described above? Does your firm have experience doing so? Does your firm have an active DD254 with ability to receive and store classified material at the Secret level? � -------------------- Responses to this Sources Sought Announcement are due no later than close of business, Monday, February 21, 2022. Email your response to Tyler Hegge at tyler.hegge@usace.army.mil, and Melanie Caines at melanie.a.caines@usace.army.mil. Service providers must be registered in SAM (www.SAM.gov) to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dee9e62d708d49e78afeab352c9ed629/view)
 
Record
SN06232939-F 20220205/220203230103 (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.