Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 19, 2022 SAM #7628
SOURCES SOUGHT

R -- Multiple-Award Architect/Engineer Indefinite Delivery Indefinite Quantity Puerto Rico and U.S. Virgin Islands

Notice Date
10/17/2022 7:16:46 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
PBS R2 CAPITAL CONSTRUCTION BRANCH NEW YORK NY 10007 USA
 
ZIP Code
10007
 
Solicitation Number
47PC0223Q0002
 
Response Due
10/31/2022 1:00:00 PM
 
Point of Contact
Natalia Lugo-Vina, Phone: 3473316783, Stephany Johnson, Phone: 3322393064
 
E-Mail Address
natalia.lugo-vinacruz@gsa.gov, stephany.johnson@gsa.gov
(natalia.lugo-vinacruz@gsa.gov, stephany.johnson@gsa.gov)
 
Description
Multiple-Award Architect/Engineer Indefinite Delivery Indefinite Quantity, Puerto Rico and U.S. Virgin Islands This sources sought notice is issued solely for planning purposes only and is a market research tool to determine availability and adequacy of potential sources. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), Northeast and� Caribbean Region (Region 02), is conducting a market survey and is seeking qualified sources to provide Architectural and Engineering (A/E) Design Services on an as-needed basis. The GSA intends to issue one (1) Request for Qualifications (RFQs) that are anticipated to result in one (1) Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract.�� The procurement involves A/E services for various projects on an as needed basis that arise as part of the normal operating functions of GSA PBS� Northeast and Caribbean Region and will cover projects located in the Caribbean.� The Caribbean is defined as Puerto Rico and the U.S. Virgin Islands. The NAICS code associated with this procurement is 541310-Architectural Services, with a small business size standard of $11,000,000 in average annual receipts over the last three (3) years. This procurement will be issued in accordance with the Selection of Architects and Engineers Statute (IAW FAC 05-73 - also known as the Brooks Act) and as implemented in compliance with FAR 36.6, and GSAM Part 536. Under this process, the Government will award to the most highly qualified A/E firms with whom it can negotiate a fair and reasonable price.� The scope of work may include, but is not limited to, Site Investigations, Site Surveys, Feasibility Studies, Project Development Studies, Building Evaluation Reports, Master Plans, Engineering Studies, Concept Designs, Construction Documents, Design-Build Bridging, Design-Build Scope Preparation, Estimating Services, Procurement Support, Record Drawings, Constructability Reviews, Technical Design Reviews, Construction Administration Services, Shop Drawing Review and Approval, Construction Site Inspections, Post-Construction Services, and other A/E Services, to include incidental related work in support of Government administered construction contracts, facility investigations and research, and planning studies.�� If you are an interested A/E company, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following four (4) elements (5-page limit, single-sided). All information submitted is subject to verification. Additional information may be requested to substantiate responses. (1) Indicate if your company meets the small business size standard for NAICS 541310; otherwise indicate if you are a large business.�� (2) If you are a small business, indicate if you are certified under a Small Business Administration (SBA) Socioeconomic program, such as SBA-certified HUBZone, SBA-certified 8(a), Small Disadvantaged Business Concern, Woman-Owned Small Business, Service-Disabled Veteran-�Owned Small� Business (SDVOSB), etc. (3) Firms shall indicate the location of their active design production office(s) within their submission. Specifically address whether your firm/team has an existing active design production office within a 75-mile radius of the following GSA, PBS Northeast & Caribbean Region 02 office: 150 Carlos E. Chardon Street, Hato Rey, Puerto Rico (relating to the Zonal services covering the geographies of� Puerto Rico and the U.S. Virgin Islands). (4) Describe relevant and recent (within the past 10 years) experience your firm has had in successful completion of projects substantially involving the work elements and disciplines described in this Notice (e.g. estimating services, constructability reviews, surveying, etc.).� Limit examples provided to three (3) projects and be sure to stay within the total five (5) single-sided page limit response to this notice. Submission Instructions: Please submit your firm's Letter of Interest and Capability Statement by 4:00pm EST on October 31, 2022 to Natalia Lugo-Vina,� Contracting Officer and Stephany Johnson, Contract Specialist.� All responses must be submitted via email to natalia.lugo-vinacruz@gsa.gov and stephany.johnson@gsa.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to firms regarding submissions.� No paper copies will be accepted. For informational purposes: All offerors are required to have an active registration in the System for Award Management (SAM) (www.sam.gov) at the time of offer submission.�� Note: All information furnished to the Government in response to this notice will be used for review and market research purposes only.� Responses provided will not exclude interested parties from future related procurement activity. No reimbursement will be made for any costs associated with providing information in response to this announcement.����
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b230f93d9eab4b85a8ea5f453db3c379/view)
 
Place of Performance
Address: San Juan, PR 00918, USA
Zip Code: 00918
Country: USA
 
Record
SN06495376-F 20221019/221017230054 (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.