Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2025 SAM #8482
SOURCES SOUGHT

C -- Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Term Contract\ for Full Service Architectural and Engineering Services

Notice Date
2/14/2025 6:04:41 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
PBS R3 ACQ MGMT DIV NORTH PHILADELPHIA PA 19106 USA
 
ZIP Code
19106
 
Solicitation Number
Full_Service_Architectural_and_Engineering_Services_IDIQ
 
Response Due
2/28/2025 11:00:00 AM
 
Archive Date
03/15/2025
 
Point of Contact
Janet Coker, Phone: 2154464700, Daniel Langan, Phone: 2154464690
 
E-Mail Address
janet.coker@gsa.gov, Daniel.Langan@gsa.gov
(janet.coker@gsa.gov, Daniel.Langan@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Term Contract\ for Full Service Architectural and Engineering Services. This is a SOURCES SOUGHT NOTICE and is for informational purposes only. This is not a request for Proposals, Quotations or Bids. This SOURCES SOUGHT NOTICE is for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Term Contract\ for Full Service Architectural and Engineering Services. THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award an IDIQ. The General Services Administration (GSA), Public Buildings Service (PBS), Mid-Atlantic Region (Region 3) is issuing this Sources Sought Notice as a means of conducting market research to identify technically capable and otherwise responsible parties with an interest in, and the resources to support and provide for an Indefinite Delivery / Indefinite Quantity (IDIQ) contract for Full Service Architectural and Engineering Services. GSA seeks information from interested and capable businesses, including large businesses, small businesses, 8(a) Small Businesses, Small Disadvantaged Businesses, Veteran Owned Small Businesses, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, Economically Disadvantaged Women Owned Small Businesses, and HUBZone Small Businesses. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 541330 -- Engineering Services with an associated small business size standard of $16.5 million. PROJECT DESCRIPTION The intent of this acquisition is to procure three single-award Indefinite Delivery/Indefinite Quantity (IDIQ) term contracts for Full Service Architectural and Engineering Services. GSA Mid-Atlantic Region will be divided into three geographic areas with an IDIQ awarded for each, the areas are as follows: 1. North Service Center Area (Metropolitan area of Philadelphia which includes the Pennsylvania counties of Philadelphia, Bucks, Delaware, Chester, and Montgomery; southern New Jersey from Trenton south; and the state of Delaware.) 2. South Service Center Area (The state of Virginia excluding the counties of Arlington, Fairfax, Loudoun, Prince William, and the cities of Fairfax, Falls Church, and Alexandria. The state of Maryland excluding the counties of Prince Georges and Montgomery.) 3. West Service Center Area (The state of West Virginia and the state of Pennsylvania (excluding the metropolitan area of Philadelphia). This anticipated acquisition will be procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. This Sources Sought Notice pertains to an anticipated IDIQ for Full Service Architectural and Engineering Services for a period of one year with four additional one-year option periods. SCOPE OF WORK Projects under this contract are for full architectural and engineering services for repair and alterations, renovations and modernizations of federal facilities, and may require architectural, mechanical, electrical, fire protection, and energy related design services. Projects may also include the incorporations of sustainability, security and interior design services with sensitivity towards historic buildings. In addition, projects are expected to include workplace modernization for reduce space and increased flexibility. Anticipate services in this area include programming, full service architectural design services, FFE design specifications, and move coordination services. Projects under this contract are generally for projects up to $5.0 million in construction costs. Most projects will involve occupied buildings, many of which have historically significant. The scope of architectural and engineering services under this proposed contract include, but are not limited to the following: programming, predesign, the preparation of feasibility studies, the preparation of Request for Proposal packages for Design-Build projects, site investigation, completed design services (space planning, interior design, architectural, mechanical, electrical, plumbing, civil, structural, fire protection, vertical transportation, life safety, security, historical, and code compliance), cost estimating building commissioning, procurement support, post-construction award services, related supplemental services if so requested by the Government. Hazardous materials such as incidental asbestos and lead may be encountered in some existing facilities. The A/E�s Industrial Hygienist will be required to identify and quantify the types and locations of hazardous materials that may be abated during construction and will be required to provide abatement recommendations. Furthermore, knowledge of airborne pathogen concerns is required. Policy and Drawing Analysis Program (DAP) will be incorporated as requirements into the awarded contract(s). The DAP is a software utility that generates reports (both tabular and graphical) that are used to aid in the identification of some (but not all) GSA CAD standards compliance issues. The Detailed CAD Deliverable Policy may be accessed on the internet at http://www.gsa.gov/midatlanticcadpolicy. In addition, certain projects may be designed and constructed in metric, System International (SI) units in accordance with Public Law 100-576, the Omnibus Trade & Competitiveness Act of 1988, the Metric Conversion Act, and Executive Order 12770. GSA�s CAD Deliverables Policy and Drawing Analysis Program (DAP) will be incorporated as requirements of the awarded contract(s). GENERAL INFORMATION The primary area of responsibility will be the GSA Mid-Atlantic Region (the states of MD, VA, WV, PA, DE and Southern NJ). However, GSA Region 3 will also be able to utilize this IDIQ for work outside of Region 3 including all US States Nationwide and all US Territories and Installations worldwide. The Contractor must have the capacity to perform multiple, concurrent task orders. RESPONSE INFORMATION Interested contractors shall complete the attached ""Sources Sought Response Form� no later than on or before February 28, 2025 at 2:00PM, Eastern Time. If the contractor is unable to complete this form through the google suite, they shall complete the attached form and return to the contracting officer no later than date specified by email at noel.willette@gov and the contract specialist at janet.coker@gsa.gov. Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published on www.Sam.Gov. A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/037fdbcbd1264bd39aa5f7538cd3d35e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07344029-F 20250216/250214230031 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.