The RFP Database
New business relationships start here

Architectural and Engineering Services


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

This is a Sources Sought announcement and is for information/market research purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any information requests. Respondents will not be notified of the results of the evaluation.
The USDA, Pacific Southwest Region 5 is planning to solicit for multiple award A-E services Indefinite Delivery/Indefinite Quantity (IDIQ) contracts, in accordance with Public Law 92-582 (Brooks Act) and FAR 36.6 Architect & Engineer Services. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this sources sought announcement.
The purpose of this Sources Sought announcement is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB) and Economically Disadvantage Woman-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUB Zone, EDWOSB and SDVOSB are highly encouraged to participate.
The requirements for Professional Architect and Engineering (A/E) services. Services include Architecture, Civil, Structural, Mechanical, Electrical, Geotechnical, Landscape, and Environmental professional services. Geographic area includes California Nevada and Hawaii. Services will cover USDA units located within these areas that are occupied or managed by Region 5 of the Forest Service, Technology and Development Center (San Dimas), and Pacific Southwest Research Station (PSW).
The Contractor/s shall provide Architect & Engineer Design services and related work in compliance with the contract requirements, provisions, specifications, terms and conditions. "Architect & Engineer Design services and related work" includes, but is not limited to architecture, historic architect/historic professional services, civil, structural, mechanical, electrical, geotechnical and landscape survey and design, inspection services, construction management services and energy survey, analysis, and reporting. The Contractor/s shall provide everything necessary to perform the work of this contract and Task Orders issued under this contract, including but not limited to all labor, supervision, equipment, transportation, materials, operating supplies, and incidentals.
Prospective Projects will primarily involve providing new construction or reconstruction needs of the Forest Service, buildings, roads, landscape, mechanical and electrical systems at Forest Service recreation and administration sites, as well as, complex research labs and T&D center. Typical projects include designing for a variety of repair, rehabilitation, and new facility construction projects. Typical projects may include a variety of landscaping or reconstruction needs for office buildings, laboratory buildings, warehouses, and other industrial buildings, residences, garages, picnic shelters, campground recreation buildings, and landscapes.
Architectural Projects may be for total project design, or only segments of the work such as building, mechanical, plumbing, landscaping, civil, HVAC, fire protection and alarm system, geotechnical, or electrical projects. The work may include A/E services professional support for in-house Forest Service designs as well.

Work may also include professional services for historic architecture surveys and reports and energy data collection, surveys, analysis and reports.
The contract requires complete design services and may include everything from survey and design through contract management. Subcontractors performing specific design and services shall be responsible to the design professional. The Contractor shall have the ability to:
• Inspect, document and provide condition surveys for existing facilities in accordance with Forest Service requirements - Contractor will be required to take Forest Service training to accomplish this.
• Provide preliminary through final design engineering services including all contract documents, specifications and drawings.
• Estimate the cost of the design and construction work.
• Manage a contract with multiple Task Orders concurrently on multiple forests as well as oversight of all staff and subcontractors
The Government anticipates an award of a multiple firm fixed priced Indefinite Delivery Indefinite Quantity contract. The period of performance will be for five years from award date. The intent is to have a contract awarded on or about August/September 2018.
Individual task orders will be issued against the contract as program needs arise. The task orders will be individual projects and include a specific statement of work and period of performance. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered.
Each awardee will be guaranteed $2,500 worth of work in the base period of the contract. The maximum value of the contract will not exceed $5 million over the potential contract performance period of five years.
Firm's response to this Sources Sought Announcement shall be limited to five (5) pages and shall include the following information:
1. Firm's name, address, point of contact, phone number, and email address.
2. Firm's interest in submitting their SF 330, when Synopsis is issued.
3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to A-E contracts with a similar scope, comparable work performed within the last five (5) years: Brief description of project, customer name, timelines of performance, customer satisfaction, and dollar value of the project). Provide at least three (3) examples.
4. Firm's Business Size.
5. Firm's Joint Venture (existing), including Mentor Protégés and teaming arrangement information is acceptable.
The North American Industry Classification Code (NAICS) is 541310 - (architectural services) and the size standard is $7.5 million average annual receipts for the preceding three fiscal years.


All interested firms are advised that registration in the System for Award Management database (SAM) is required prior to award of a contract. There is no cost for registration in SAM when registration is completed on the official SAM website (www.sam.gov).
Solicitation packages are not available. This is not a Request for Proposals.
Interested firms shall respond to this Sources Sought Announcement no later than 2:00 PM Pacific on March 8, 2018.
Please submit requested information via email to Dindo Laxamana, dindolaxamana@fs.fed.us with courtesy copy to Cree Prevost, creeprevost@fs.fed.us


Dindo L. Laxamana, Contracting Officer, Phone 7075629022, Email dindolaxamana@fs.fed.us - Cree Prevost, Contracting Officer, Phone 707-562-8897, Email creeprevost@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP