The RFP Database
New business relationships start here

Supplemental Architectural and Engineering Services for the DFW Area


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

THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A SOURCES SOUGHT NOTICE ONLY.  NAICS 541310 

This is a request for information/market research to provide data for planning purposes ONLY.  This sources sought synopsis DOES NOT constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach.  The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. 


The purpose of this sources sought notice is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Small Businesses, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB) to compete for and perform who are certified architectural and engineering firms.  Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. 


The Small Business size standard for NAICS code 541310 is $7.5 million dollars in average annual receipts over the past three years.  This Sources Sought encourages maximum participation of interested Small Business companies.  Prior Government contract work is not required for submitting a response under the sources sought notice.  A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice and other market research is solely within the discretion of the Government. 


The General Services Administration (GSA) proposes to award a single award indefinite delivery, indefinite quantity (IDIQ) contract for supplemental architectural and engineering services for the DFW Area of Texas. 

The primary area will be the DFW Area of Texas. Which currently includes, but is not limited to the cities of Fort Worth and Dallas and the area bordered by the counties of Motley, Cottle, Hardeman, Wilbarger, Archer, Clay, Montague, Cooke, Grayson, Fannin, Lamar, Red River, Bowie, Cass, Marion, Upshur, Wood, Van Zandt, Dallas, Tarrant, Johnson, Denton, Collin, Ellis, Henderson, Freestone, Limestone, Hill, Bosque, Hamilton, Comanche, Brown, Coleman, Taylor, Nolan, Mitchell, Scurry, Ken and Dickens.  The secondary contract areas will be the rest of Texas and the States of New Mexico, Arkansas, Oklahoma and Louisiana. 


Scopes of the task orders issued under this IDIQ contract may include but are not limited to site investigations, site surveys, Building Evaluation Reports, Feasibility Studies, Project Development Studies, budget estimating, master planning, concept designs, construction documents, detailed construction estimating, constructability reviews, technical design reviews, construction management, shop drawing review, record drawings, and construction site inspection.  Disciplines, expertise and performance with in GSA Design Excellence that may be required to accomplish the scopes of the task orders include but are not limited to architecture, mechanical, electrical, plumbing, civil, structural, fire protection, life safety, security, blast, risk assessment, vertical transportation, space planning, real estate market analysis, interior architecture, historic preservation, estimating, master planning, report writing, quality control review, scheduling, surveying, LEED, sustainability, BIM, 3-D rendering, code compliance, hazardous material removal, and Courts expertise.


A/E firms will be evaluated in terms of their professional qualifications necessary for satisfactory performance of required services, specialized experience and technical competence involved in repairs, alterations, and improvements in connection with existing construction. 


A single award IDIQ contract will be negotiated and awarded for one (1) one-year base period and four (4) one­ year option periods.  The minimum guaranteed contract amount is $1,000 for the base year only.  There is no limit on the number of Task Orders, certified invoices, or the size of a project; however, the total cumulative Task Orders, certified invoices, and oral purchases amount shall not exceed $10 million for the total five (5) year period.   


The specific services to be performed will be specified in each individual task order issued to the Contractor by the Contracting Officer. 

If qualified and interested, per the definition above, please submit a letter (maximum of ten (10) pages) via email stating the following:

 

            1.         Name of your company, address, point of contact with phone number, e-mail address, CAGE code, DUNS, fax number and website (if applicable).

            2.         Your company's interest in submitting a proposal once a solicitation is issued.

            3.         Description of the company's history, personnel resources, and experience relating to services previously described.

            4.         Business size for the assigned NAICS code.  In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantage Business, HUB.  Zone Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Small Women-Owned Business, etc.

            5.         Description of the company's capability to perform various services similar to those in which this contract includes as previously described. 

           

            6.         If company is, or will be, part of a joint venture, state names of joint venture members and their business size(s).

            7.         Explain how your firm will be able to efficiently and effectively perform this type of work in the primary area. 

Each response shall be reviewed by the Contracting Officer/Specialist for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible architect and engineer certified small businesses.  All information furnished to the Government in response to this notice will be used for review purposes only.


In any joint venture or teaming arrangement the firm must qualify as a Small Business in accordance with NAICS code 541310 in order to be considered under this Sources Sought Notice.   

Responses must be submitted to this office in writing, by email no later than 11:00 AM CST on August 1, 2017.  Submit response and information via email to Jennifer.majdeski@gsa.gov. ; Facsimile responses will NOT be accepted.  All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and future solicitation. 

Please note:  Prime contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov. 

Do not submit SF 330s at this time.  SF 330s will be requested in a pre-solicitation notice at a later date.

Jennifer R Majdeski, Phone 8178508174, Email jennifer.majdeski@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP