SOURCES SOUGHT
C -- P2# 519675 Acquisition Management Complex Phase V (AMC-V) - WPAFB, OH
- Notice Date
- 6/14/2024 6:48:15 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W072 ENDIST LOUISVILLE LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR24-AMCV-WPAFB
- Response Due
- 6/28/2024 1:00:00 PM
- Archive Date
- 07/13/2024
- Point of Contact
- Morgan Greenwell
- E-Mail Address
-
morgan.l.greenwell@usace.army.mil
(morgan.l.greenwell@usace.army.mil)
- Description
- Description: A market survey is being conducted to make acquisition decisions about this future project and to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8(a), Woman-Owned Small Business, or Service-Disabled Veteran Owned Small Business and you are interested in this project, please respond appropriately. Proposed Requirement: �This announcement is open to all business regardless of size. The Louisville District, U.S. Army Corps of Engineers has a need to award a firm fixed standalone contract to an Architectural & Engineering firm to develop a 35% design. Contract to also include options for: 65% design, 90% design, Corrected Final design, and Certified Final design and Construction Phase Support Services (CPSS). The estimated construction cost for the project is between $100,000,000 and $250,000,000. The selection authority will, in order of preference, list the firms most highly qualified to perform the work. At least one of the most highly qualified firms will be requested to submit a proposal. Negotiations will begin with the most highly qualified firm in the final selection. If a mutually satisfactory contract cannot be negotiated, the contracting officer will terminate negotiations with that firm and initiate negotiations with the next most preferred firm on the list. If a mutually satisfactory contract is negotiated with the most preferred firm, no additional negotiations will occur. Only one firm will be selected. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. If necessary, secondary selection criteria will be used as a tiebreaker between firms considered as technically equal. Significant emphasis will be placed on the A/E�s quality control procedures, as the district will perform the quality assurance role only. Estimated start date is January 2025. In accordance with FAR 36.604 and supplements thereto, and upon final acceptance or termination, all A/E services contracts above $35,000 will receive a performance evaluation. An interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for A/E services. Project Specific Information:� The Design Acquisition Management Complex Phase V (AMC-V) project will: demolish 3 facilities an approximately total of 29,533 SM (317,893 SF) to clear the site location; construct a primary facility of 19,900 SM (214,201.82 SF) which includes administrative space, special purpose space, miscellaneous infrastructure connections, and all necessary support; sitework includes the repair of the storm drainage and the resurface of the existing parking lot. The preliminary building concept design consists of reinforced concrete foundation and floor slab, structural frame, roof system and secure space. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building requirements. This project will comply with DoD Antiterrorism/Force Protection requirements per UFC 4-010-01 and Intelligence Community Directive 705 (ICD 705). Services Needed: Responses: Responses should include: Identification and verification of the company�s small business status. Contractor�s Unique Entity ID and CAGE Code(s). Identification of Senior Architects or Engineers. The government's evaluation of professional qualifications will consider education, training, certifications, registrations, overall experience, relevant experience, and longevity with the firm and longevity in current role/design discipline in the firm. Descriptions of Project Experience � Interested firms must provide no more than three (3) example projects with either greater than 90 percent construction completion or projects completed in the past seven (7) years. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference and % of design done by your firm on the project. References may be used to verify project size, scope, design-build or design-bid-build, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope. List the project name and short description (1 paragraph) for each of the projects submitted; at least one project must have been done in the last two (2) years. Total submittal package shall be no longer than 10 pages. Projects similar in scope to this project include: Design of new construction of complete buildings with administrative offices with combined with secure spaces. � Projects of similar size: New building of at least 15,920 SM (171,361 SF) of finished space.� Email responses to Morgan Greenwell at Morgan.L.Greenwell@usace.army.mil no later than 28 June 2024 at 4:00 PM EDT. �This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. NOTICE: The following information is provided for situational awareness and is not required to respond to this Sources Sought. All contractors must be registered in the System for Award Management (https://sam.gov) prior to award of a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5bf2627d3d8c4c979bd26f115646168b/view)
- Place of Performance
- Address: Dayton, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07098534-F 20240616/240614230127 (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 |