The RFP Database
New business relationships start here

Architect and Engineering (A-)E Services for the Design of Army Family Housing at Fort Buchanan, Puerto Rico.


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for A-E Services for the Design of Army Family Housing at Fort Buchanan, Puerto Rico. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330 - Engineering Services.

There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB), and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors.

NOTE: We are also conducting market research for subcontracting goals. If you are unable to meet the potential requirements as a prime contractor, but you have the ability and interest to perform as a potential subcontractor, please submit this information as well.

FULL DESCRIPTION OF PROJECT:
The Jacksonville District of the US Army Corps of Engineers is planning work that requires improving existing Family housing living conditions at Fort Buchanan, located in Puerto Rico, by providing quarters that meet current standards of quality of life, energy conservation, size, habitability, and safety. Existing homes are deteriorated and inadequate in terms of Army Family Housing (AFH) standards for size, configuration and amenities.

The project consists of designing a total; of twenty-six (26) replacement Family quarters that includes 2 four-bedroom Senior Officer (06) quarters, 1 four-bedroom Company Grade Officer(01-03, W1-W3) quarters, 3 three-bedroom Senior Non-Commissioned Officer/Warrent Officer (E9, W4-W5) quarters,4 four-bedroom Senior Non-Commissioned Officer/Warrent Officer (E9, W4-W5) quarters, 2 three-bedroom Senior Non-Commissioned Officer (E7-E8) quarters, 2 four-bedroom Senior Non-Commissioned Officer (E7-E8) quarters, 4 Four-Bedroom Senior Non-Commissioned Officer (E1-E6) quarters and 8 three-bedroom Junior Non-Commissioned Officer (E1-E6) quarters. Project includes storage, garages, patios, backyard fencing, landscaping, air conditioning, emergency lights, and private entrance. Supporting facilities include: site work, all required utility systems, storm drainage, street lighting, and information systems. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. At least five percent of these units will be accessible and easily modifiable for use by persons with disabilities. Comprehensive building and furnishings related interior design services are required. This project will include home design features that will help lower energy consumption by reducing the heat gain load in homes. This includes low-e glazing on windows, insulation in roof/walls, and High-efficiency air conditioning units. Natural ventilation will be maximized through ceiling fans and operable windows. This project will also include the installation of Photovoltaic (PV) Power Inverter System and Rainwater Harvesting System in accordance with the Energy Policy Act of 2005 (EPACT 2005) Section 203. Facilities will be designed to a minimum life of 40 years and energy efficiencies meeting, Leadership In Energy and Environmental Design for Housing at the silver certification level through improved building envelope and integrated building systems performance. In addition, this project includes neighborhood amenities (tot lot, play lot, picnic area, benches, etc.), walkways, Utility Energy Monitoring and Control System (UEMCS), environmental measures required by law and associated supporting infrastructure. Project shall comply with the Army Standard for Family Housing and the Unified Facility Criteria 4-711-01.

The magnitude of construction is between $10,000,000 and $25,000,000. The anticipated contract will be a firm-fixed-price contract with a period of performance of 326 days.


Firm's response to this Synopsis shall be limited to ten (10) pages and shall include the following information:

1. Firm's name, address, point of contact, phone number, website, and email address.

2. Firm's interest in bidding on the solicitation when it is issued.

3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past five (5) years. Project summaries should document breadth and depth of expertise, services performed, software used, and products delivered. Provide at least three (3) examples and include project title, location, general description of the A-E Services to demonstrate relevance to the requirements described herein, the Offerors' role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).


4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.

5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential.

All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy.


Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 06 July 2018, 2:00 local time. All responses under this Sources Sought Notice must be emailed to susan.j.forchette@usace.army.mil.

Prior Government contract work is not required for submitting a response under this sources sought synopsis.

You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.


Susan J. Forchette, Phone 9042322158, Email susan.j.forchette@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP