SOURCES SOUGHT
C -- C--US EPA 10YR IDIQ A/E Services Regions 5-10
- Notice Date
- 2/21/2024 6:21:44 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- CINCINNATI ACQUISITION DIV (CAD) CINCINNATI OH 45268 USA
- ZIP Code
- 45268
- Solicitation Number
- 68HERC24R0128
- Response Due
- 3/12/2024 1:30:00 PM
- Archive Date
- 03/27/2024
- Point of Contact
- Ingram, Mark, Phone: (513) 569-7193
- E-Mail Address
-
ingram.mark@epa.gov
(ingram.mark@epa.gov)
- Description
- This is a Sources Sought Notice and is for market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR BID. NO SOLICITATION IS CURRENTLY AVAILABLE. The U.S. Environmental Protection Agency (EPA) is conducting market research to determine if there are interested and capable offerors in the marketplace with the knowledge, skills and capability to perform the work described below. EPA intends to award one or more Architect-Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts under this requirement with a target effective date of September 1, 2024. The A-E IDIQ will cover EPA regions 5 through 10 which include Region 5 � serving IL, IN, MI, MN, OH, and WI; Region 6 � serving AR, LA, NM, OK, and TX; Region 7 - serving IA, KS, MO, and NE; Region 8 � serving CO, MT, ND, SD, UT, and WY; Region 9 - serving AZ, CA, HI, NV, American Samoa, Commonwealth of the Northern Mariana Islands, Federated States of Micronesia, Guam, Marshall Islands, and Republic of Palau; and Region 10 � serving AK, ID, OR, WA and 271 native tribes. Each contract is expected to have a five-year base period and five 1-year option periods with a minimum order amount of $20,000.00 and a ceiling of $80,000,000.00. Task orders issued against the IDIQ contract will be Firm Fixed Price and firms will be expected to perform small and medium sized projects ($25,000 to $250,000). The applicable NAICS code is 541330 (Engineering Services) with a size standard of $25.5 million. The requirement is as follows: 1. Preliminary studies, fundamental design, final construction design and specifications, and follow-on services including construction quality control inspection for various construction and alteration projects. 2. Energy audits and feasibility studies, energy modeling, and independent commissioning. 3. Architectural and engineering studies and reports, control system reviews including sequence of operations and equipment performance compared with design requirements. 4. Revision of architectural and engineering drawings of various facilities to reflect modifications. 5. Development of site and utility plans, storm water management plans and retrofits (i.e. permeable paving design services), xeriscaping and natural landscaping design. 6. Structural analyses and feasibility studies, including green roof analysis and design services. 7. Incorporation of USGBC LEED Building Certification programs and sustainable design requirements into projects, as appropriate, and review of plans for compliance with all sustainable and LEED criteria. 8. Types of projects include, but are not limited to: a) Alterations and modifications to existing laboratory facilities; b) Heating and ventilating and air conditioning system modifications; c) Design of fire protection and detection systems; d) Electrical distribution system studies, evaluations and modifications; and e) Site improvements. 9. Environmental investigation support, including geotechnical investigations, characterization studies, remediation studies, and remedial design. 10. Preparation of plans and specifications for building demolition. 11. Strategic Planning, Comprehensive Space Analysis and Design Interested and qualified potential offerors should submit a capability statement to demonstrate their experience. Please include the following information in your response/narrative: (1) Company name, address, and point of contact information; (2) Identification and verification of the company's business status (i.e. Large, Small, Certified HubZone, 8(a), Service-Disabled Veteran-Owned, or Women-Owned Business; (3) Descriptions of Previous experience within the previous five (5) years on two (2) projects considered similar in technical scope and complexity to the proposed EPA project. Please include dates of work, references, project costs, and complexity of the projects; (4) A statement on the portion of the work that will be self-performed on this project, and how it will be accomplished. The successful contractor shall provide all necessary labor, materials, and services in support of the efforts. A draft copy of the SOW is included as an attachment in FedConnect. Interested parties with the capability of providing any of the services described in the draft SOW posted at the FedConnect website: https://www.fedconnect.net/ are invited to submit capability documents with sufficient information that clearly demonstrates their ability to provide the services described in the draft SOW, including personnel, experience and qualifications. A description of similar services previously or currently provided shall be provided. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. The EPA reserves the right to set this action aside for small businesses if it determines that there are two or more small businesses able to compete in terms of market prices, quality, and delivery. If set aside, a small business would be required to perform at least 50 percent of the direct labor costs incurred under the contract with its own personnel (FAR 52.219-14). Capability statements from small businesses should address their ability to meet this requirement. Responses to this sources sought announcement are to be sent via email to Mark Ingram, Contracting Officer, at ingram.mark@epa.gov, no later than 2:00 PM Eastern Time on Tuesday, March 12, 2024. All interested firms must register in the System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.sam.gov for additional registration information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0af4135bcec64eb1a7c09fdfec5d0bcf/view)
- Record
- SN06972936-F 20240223/240221230053 (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 |