The RFP Database
New business relationships start here

West Point Architect-Engineer Services IDIQ, West Point, NY


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

SOURCES SOUGH NOTICE
The Mission and Installation Contracting Command (MICC) - West Point is conducting market research to ascertain the availability of interested and capable firms to provide architect-engineer (A-E) services for building, utility, and general infrastructure. Task orders will contain a broad range of services which may include pre-design surveys, designs, and construction support services. A Multiple-Award Indefinite-Delivery Indefinite-Quantity (IDIQ) contract type is anticipated resulting in issuance of firm-fixed priced task orders. Task order dollar amounts are expected to vary, however interested firms should have an annual capacity to perform at least $1.5 Million of work under this effort. It is anticipated that there will be a one (1) year base ordering period followed by four (4) one (1) year optional ordering periods. These expected A-E IDIQ contracts will be solicited and procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation (FAR).

This Sources Sought notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of the Sources Sought notice is to determine interest and capability of potential qualified vendors relative to the North American Industry Classification System (NAICS) codes of 541330 (Engineering Services) and/or 541310 (Architectural Services). All responsible sources may submit a capability statement, as described below, which shall be considered by the agency.


The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small business, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any that may limit small businesses from participation.


Responses are to be sent via email to Kymberly Aviles at Kymberly.y.aviles.civ@mail.mil no later than 4:00 PM on 28 Feb 2019.


Interested respondents should submit a brief capabilities statement package (no more than 2 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform this requirement. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following:


 1. Title of the requirement; Company Name; Address; and Point of Contact (POC) name, phone number, and email address.


2. Company profile to include office location(s), DUNS number/CAGE Code, NAICS, and a statement regarding current small business status to include small business type(s)/certification(s) such as: 8a, WOSB, EDWOSB, HUBZone, SDVOSB, etc.


3. Specific experience (private and/or government) in New York, New Jersey, Pennsylvania, and/or Connecticut performing building, utility, and general infrastructure A-E services under the United Facilities General Specifications (UFGS). Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. A maximum of five (5) project examples reflecting the firm's experience should be submitted.


4. In terms of availability of adequate number of personnel in key disciplines and equipment availability, a statement regarding the firm's capacity to annually provide at least $1.5 Million in work on this effort.


5. Any suggestions or comments about the NAICS code selection, contract type, or effort in general.


Kymberly Aviles, Contracting Officer, Phone 8459385861, Email kymberly.y.aviles.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP