A-E Services to Renovate a Building

Agency: DEPT OF DEFENSE
State: New York
Type of Government: Federal
FSC Category:
  • C - Architect and Engineering Services - Construction
NAICS Category:
  • 541330 - Engineering Services
Posted Date: Mar 29, 2024
Due Date: Apr 19, 2024
Solicitation No: W911S224R1935
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
A-E Services to Renovate a Building
Active
Contract Opportunity
Notice ID
W911S224R1935
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT DRUM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 29, 2024 12:17 pm EDT
  • Original Response Date: Apr 19, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C1QA - ARCHITECT AND ENGINEERING- CONSTRUCTION: RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Fort Drum , NY 13602
    USA
Description

SOURCES SOUGHT NOTICE



THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Architect and Engineering (A-E) Services in support of the Directorate of Public Works (DPW), Fort Drum, NY, on a small business set-aside basis, provided 2 (two) or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.



We encourage all small business concerns, in all socioeconomic categories (e.g., 8(a) Business Development Program, Small Disadvantage Business (SOB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business concerns (WOSB)), to identify their capabilities in meeting the requirement at a fair market price.



This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or a promise to issue a RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought synopsis. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is 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.



BACKGROUND: Architect-Engineering (AE) Services to renovate a currently occupied 35,300 SF building, 10715, to update the building into a more modern and efficient operation to the occupants. AR 405-70 is the most current allowable use of office space and should be followed when designing office personnel space. On the exterior, there shall be a new 1,200 SF customer entrance and corresponding parking lot. Separate from the customer entrance, shall be a 120 SF employee entrance as well as an 1,800 SF detainee canopy and entrance vestibule. The current system cannot keep up with the heating and cooling load to make comfortable working conditions. The whole building HVAC system needs to be designed to accommodate the facility during the heating and the cooling season.



The anticipated NAICS code(s) for this action is 541330, Engineering Services, with a Size Standard of $25.5M. The service code is C1QA, Architect and Engineering­ Construction: Restoration of Real Property (Public or Private). Interested firms must be registered in the System for Award Management (SAM), https://www.sam.gov.



Registration must be complete prior to the end date of this notice.



PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set­ aside.





While not a firm cutoff, providing responses to this announcement no later than 16:00



p.m. EDT on 19 April 2024 will facilitate planning and ensure your capability receives maximum consideration. Only electronic submissions will be accepted.



Interested business concerns should provide a brief "capabilities statement" package (submissions are limited to no more than 25 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. In response to this sources sought notice, submit your capability package to the following email addresses:



Contract Specialist:



Raul A, Gonzalez



Email: raul.a.gonzalez3.civ@mail.mil





Procuring Contracting Officer:



A. Milan Sanchez



Email: alfredo.m.sanchez.civ@mail.mil





The response shall reflect: "Firm's Name, Response to the Sources Sought Synopsis for the Architect and Engineering (A-E) Services at Fort Drum, NY, W911S2- 24-R-1935. The size limit of each email, with all attachments, cannot exceed 10 megabytes (MB) due to the Government's email system restrictions. DO NOT SEND ZIPPED files as the Government's information network will remove all zipped files.





In response to this sources sought, please provide:





1. A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and DUNs number. Respondents must also indicate whether they qualify as a Small Business, SOB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB.



2. In responding to this synopsis, provide what you believe are the key tasks that need to be accomplished to be successful to conduct Architect and Engineering (A-E) Services at Fort Drum, NY. In essence: "What key tasks should be used for determining minimum capability?"



3. Identify whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement then please provide the name of these companies and what work they will be performing, if available.



4. Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors. Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008):



"Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.



By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for—



(1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. The following services may be excluded from the 50 percent limitation:



(i) Other direct costs, to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. Examples include airline travel, work performed by a transportation or disposal entity under a contract assigned the environmental remediation NAICS code 562910), cloud computing services, or mass media purchases.



(ii) Work performed outside the United States on awards made pursuant to the Foreign Assistance Act of 1961, or work performed outside the United States required to be performed by a local contractor.





5. Identify type(s)/certifications(s) of proposed subcontractors (such as SOB, 8(a), HUBZone, SDVOSB, and WOSB).



6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 45 WEST STREET
  • FORT DRUM , NY 13602-5220
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 29, 2024 12:17 pm EDTSources Sought (Original)

Related Document

Apr 2, 2024[Sources Sought (Updated)] A-E Services to Renovate a Building

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow C1NE--632-24-1-2314-0010|36C242-24-1042| Project 632-22-124 Map Wastewater & Storm Collection System Active Contract Opportunity

Federal Agency

Bid Due: 5/07/2024

Issue Date: 04/12/2024 Contract Number: RFP 2024-22 Police Department Architectural Renderings RFP 2024-22

The New York State Contract Reporter

Bid Due: 5/07/2024

Issue Date: 06/05/2023 Contract Number: RFA0294 Round 19 Farmland Protection Implementation Grant Program

The New York State Contract Reporter

Bid Due: 7/08/2026

Issue Date: 04/11/2024 Contract Number: TBD Request for Engineering Services for Water System

The New York State Contract Reporter

Bid Due: 5/14/2024