Sources Sought for A&E Services, McConnell AFB, KS

expired opportunity(Expired)
From: Federal Government(Federal)
FA4621-23-R0001

Basic Details

started - 14 Nov, 2022 (17 months ago)

Start Date

14 Nov, 2022 (17 months ago)
due - 01 Dec, 2022 (16 months ago)

Due Date

01 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
FA4621-23-R0001

Identifier

FA4621-23-R0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE AIR FORCE (60189)AMC (72439)FA4621 22 CONS PK (232)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A SOURCES SOUGHT NOTICE ONLY; THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The 22nd Contracting Squadron (22 CONS) is publicizing this SOURCES SOUGHT NOTICE to gather industry information and input with respect to a potential multiple award for Architect-Engineer (A-E) Services at McConnell AFB, KS.1.  The 22d Contracting Squadron (22 CONS), is seeking capabilities from businesses whose socio-economic status is classified as Small, 8(a), Woman Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), or Historically Underutilized Business Zone (HUBZone) for the purposes of conducting market research to determine if responsible sources exists to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.This Sources Sought notice is limited to
registered A-E firms located within a 200-mile radius of McConnell AFB, KS. Depending on the response to this notice and other market research, 22 CONS may limit the competition to a specific category of small businesses at the exclusion of all other potential business concerns.  If adequate responses are not received from the previously mentioned concerns, the acquisition may be solicited on an unrestricted basis. The proposed North American Industry Classification Systems (NAICS) Code is 541310, which has a corresponding size standard of $11,000,000. The Government will use this information to determine the best acquisition strategy for this procurement. The Government requests that interested parties respond to this notice and identify your small business status to the identified NAICS code.2.  Scope of Services: Procure professional services of Architect and Engineering (A-E) Services in accordance with Federal Acquisition Regulation (FAR) Part 36 for Title I, Title II, Base Comprehensive Plans, and other A-E Services. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required A-E services.  Projects will vary by type, scope, and complexity, requiring the use of various and multiple facility design disciplines and related technical services. A-E services for architectural, civil, structural, mechanical, electrical, environmental, landscaping, interior design, surveying, geotechnical investigations, site engineering, controls engineering, plumbing, refrigeration engineering, seismic engineering, blast engineering, industrial hygiene, fire protection, aircraft, life safety, project & program management will be required. Other professional services for comprehensive planning, studies, reproduction, electronic document posting, and construction management/administration will also be required.The A-E will be required to prepare studies, plans, conceptual drawings, technical specifications, cost estimates, analysis, reports, and value engineering as required for a variety of maintenance, repair, alteration, renovation for delivery of construction projects which will be design-bid-build or design-build. Services provided will be primarily for execution of sustainment, restoration, and modernization projects; minor construction (addition/remodel); maintenance (repair/alteration) of existing real property; and/or support of Government in-house designs.Firms should have the capability to respond to a very short performance timeline and projects which contain specialized discipline requirements, keen management, and project oversight. Construction cost limitation will be specified for each task order in the scope of work. The anticipated ceiling of the IDIQ is $5,000,000. The contract period of performance for all contracts will consist of one 12-month basic year, plus four option year periods of 12 months each.3.  We request that all interested and qualified firms respond to this Sources Sought notice with a capability statement similar to your marketing package used in the everyday course of doing business to include: Company information (e.g., name, business address, point of contact, telephone number, e-mail address) and DUNS Number or CAGE Code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All of the above must be submitted in sufficient detail for a decision to be made on the availability of small business concerns.4.  To be considered in the market research, interested and qualified firms shall respond to this Sources Sought notice no later than 3:00 p.m. (CST), 1 December 2022. Please limit submission of your information capability statement and data to five (5) pages. All responses must be sent in PDF or Microsoft Word (.docx) format to: Melinda.Forgit.1@us.af.mil.**PLEASE NOTE: ORAL COMMUNICATIONS ARE NOT ACCPEPTABLE IN RESPONSE TO THE NOTICE. PHONE CALLS WILL NOT BE ACCEPTED. ALL RESPONSES AND QUESTIONS MUST BE IN THE FORM OF EMAIL WITH THE SUBJECT LINE "Sources Sought For A&E Services, McConnell AFB, Wichita, Kansas” **The information requested by this notice will be used within the DoD and SBA to facilitatedecision making and will not be disclosed outside the agencies. This is a Sources Sought announcement only; no solicitation exists or is available at this time. Any information contained herein is subject to change; any updated information will be provided in future announcements and posted electronically on the Contract Opportunities section of the System for Award Management (SAM) website at: https://sam.gov/content/home. This website has officially replaced FBO.gov.The Government shall not reimburse the costs of preparing responses to this Sources Sought notice. In addition, this announcement shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. In the event a solicitation is developed, it will be published on the SAM website. Potential interested parties are responsible for monitoring this site for the release of the solicitation package. In order to receive award from any resultant solicitation, should one be issued, the successful offeror must be registered and have active certifications within the SAM system.

McConnell AFB ,
 KS  67221  USALocation

Place Of Performance : N/A

Country : United StatesState : KansasCity : Wichita

You may also like

Hangar Door Maintenance Services at McConnell AFB

Due: 19 Apr, 2024 (Today)Agency: DEPT OF DEFENSE

US Embassy Dakar Gardening and Landscaping Services

Due: 30 May, 2024 (in 1 month)Agency: STATE, DEPARTMENT OF

JOC RECOMPETE

Due: 29 Sep, 2029 (in about 5 years)Agency: INTERNAL REVENUE SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541310Architectural Services