Tennessee Bids > Bid Detail

Fort Campbell A&E Sources Sought Notice Amendment 0002

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159630641724106
Posted Date: Mar 8, 2024
Due Date: Mar 14, 2024
Source: https://sam.gov/opp/709b1248fc...
Follow
Fort Campbell A&E Sources Sought Notice Amendment 0002
Active
Contract Opportunity
Notice ID
W91248-24-R-0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC-FT CAMPBELL
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 08, 2024 08:06 am CST
  • Original Published Date: Feb 28, 2024 11:13 am CST
  • Updated Response Date: Mar 14, 2024 02:00 pm CDT
  • Original Response Date: Mar 14, 2024 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 29, 2024
  • Original Inactive Date: Mar 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C1QA - ARCHITECT AND ENGINEERING- CONSTRUCTION: RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Fort Campbell , TN 42223
    USA
Description

THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) for Architectural and Engineering services contract on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.





This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 541330, Engineering Services with a size standard of $25.5 million.





A continuing need is anticipated for the Architectural and Engineering services, which is currently being fulfilled under an existing Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ). Contract numbers are listed Below:



Contract Number



W91248-19-D-0004



W91248-19-D-0005



W91248-19-D-0006





The Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ). will be used to execute a broad range of professional services of an architectural or engineering nature, as defined by Federal and State law, which are required to be performed or approved by a person licensed, registered, or certified to provide such services. The projects will include tasks associated with Architectural and Engineering Professional Services to Army locations within the continental United States, including Puerto Rico related to variety of services such as:




  • Designs and/or feasibility studies for new structures, roofing, various repairs, alterations and/or improvements to barracks, administrative facilities, warehouses, training buildings, transportation infrastructure and other existing facilities;

  • Building condition reports, including Installation Status Reports (ISR);

  • Rehabilitation of historic buildings and structures;

  • Project Management and Inspection Services for construction projects;

  • Computer Aided Design and Drafting (CADD) services, including the scanning or digitization of existing construction drawings.





The anticipated contract vehicle is a Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) contract. The period of performance for this requirement will consist of a five (5) year ordering period for a total of a sixty (60) month ordering period. The ordering period will begin on or about 1 August 2024. The contract vehicle will have a projected program ceiling up to $5000,000,000.00 and it is anticipated that no more than ten (10) awards will be made as a result of the forthcoming solicitation.





In response to this sources sought, please provide:



1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.



2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.



3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.



4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.



5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the SAM.GOV notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.



6. The number of employees by discipline.



7. The annual average professional services revenue for the last 3 years.





This Sources Sought Notice is NOT a solicitation. Rather, this Sources Sought is being conducted as a Market Research method effort to determine all interested and potentially capable sources prior to formalizing our acquisition approach.



No physical or “hard” copies will be accepted as a result of this request. No requests for capability briefings will be honored as a result of this notice. The maximum number of pages for submission is five (5) pages with 10 points or larger font size.



Responses shall be sent electronically to the Contract Specialist, evan.m.rea.civ@army.mil no later than 2:00 P.M. Central Time on 14 March 2024. Negative responses are NOT required.


Attachments/Links
Contact Information
Contracting Office Address
  • MICC FORT CAMPBELL 6923 38TH AND DESERT STORM AVE
  • FORT CAMPBELL , KY 42223-5358
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >