- Home/
- United States/
- DEPT OF THE ARMY USA/
- Overview
DEPT OF THE ARMY USA Tender
DEPT OF THE ARMY USA Tender
Costs
Summary
Sources Sought: Architect-engineer (ae) Services For Fy25 100% Design Of Building 500, Offutt Air Force Base (afb), Nebraska (ne)
Description
Sources Sought: Architect-engineer (ae) Services For Fy25 100% Design Of Building 500,offutt Air Force Base (afb), Nebraska (ne) sources Sought Notice # W9128f25sm024 purpose: By Way Of This Sources Sought Notice, The Usace-omaha District Intends To Determine The Extent Of Capable Small Business Or Other Than Small Business Firms That Are Engaged In Providing The Requirement Described Hereunder. The Responses To This Notice Will Be Used For Planning Purposes For Upcoming Procurements. Therefore, This Notice Does Not Constitute A Request For Proposal (rfp), Quotation Or Bid; It Does Not Guarantee The Future Issue Of An Rfq/rfp/ifb; Nor Does It Commit The Government To Contract For Any Supply, Service, Or Construction. There Is No Solicitation Currently Available. further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. contract Information: The Government Is Procuring This Contract In Accordance With The Brooks Ae Act As Implemented In Far Subpart 36.6 And Will Select One Firm For Negotiations Based On Demonstrated Competence And Qualifications For The Required Work. The Services Will Consist Of The 100% Design Of B500 As Described Below And Optional Ae Construction Phased Services (cps). This Option May Extend Multiple Years And Will Be Dependent On Funding And Construction Sequencing Necessary To Complete The Designed Renovation. The Government Intends To Negotiate And Award One (1) Firm-fixed Price Contract To Meet These Requirements. the North American Industrial Classification System Code Is 541330, Which Has A Size Standard Of $25,500,000 In The Annual Average Gross Receipts Over The Past Three (3) Years. Small Businesses Are Reminded Under Far 52.219-14(c) (1), Limitations On Subcontracting Services. At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. additionally, In Accordance With Far Part 22.1303, All Firms Must Complete Their Vets-4212 Report. Information Can Be Found At The Department Of Labor Website Https://www.dol.gov/agencies/vets/programs/vets4212 Or Call The Service Center At 1-866-237-0275; You Will Be Asked To Provide Your Company Name, Employer Identification Number (ein), And Duns Number. to Be Eligible For Contract Award, The Contractor Must Register In The System For Award Management (sam). Registration Is Free And Contractors Can Access The Site At Http://www.sam.gov. Ensure Representations And Certifications In Sam Are Current. project Description: This Project Will Be For The 100% Design Of The Renovation For B500 Which Is Located On Offutt Afb, Ne. B500 Is A 652,000 Square Feet Building Which Includes Multiple Underground Levels And Three Above Ground Floors. A 35% Concept Design Is Being Completed Under A Separate Task Order. This Project Will Include The Completion Of That Design And Options For Construction Phase Services. The Building And Its Infrastructure Have Aged Over Its 75-year Life Span. While Multiple Iterations Of Technology And Interior Upgrades Have Taken Place, The Facility Has Never Undergone The Kind Of Whole-sale Refurbishment Planned In This Contract. The Building Provides Both Secure And Unsecure Space For Various Dod Tenants, Some Completely Unassociated With Others. Phasing Plans For The Construction Will Likely Be A Major Consideration During Design And May Require Temporary Swing Space To Include Temporary Secure Swing Space. Natural Daylight And Other Modern Architectural And Interior Design Considerations Were Not Included In The Buildings Original Construction But Will Be Desired As Part Of This Project. Significant Floor-plan Changes Are Required To Address Dod Tenant Requirements. Modernization Includes Any And All Mechanical, Electrical, Plumbing, And Build Controls Systems Typically Employed In A Modern, Secure Dod Administrative Facility. In Addition To Housing A Variety Of Tenants, The Building Will Also Include A Permanent, Purpose Made Command Section For A Usaf Wing Level Command Suite And Associated Functions. The Project May Include Partial Demolition Of The Facility For What May Be Considered Surplus Square Footage. Creative Use Of Existing Open Air Courtyards In The Interior Of The Building Are Encouraged, Including In-fill, Where Appropriate, To Address Challenges To The Existing Constraints Of Structure, Floorplan, And Other Building Features. An Existing Conditions Building Plan Is Required And Will Be Used For The Completion Of The Design. Facility Will Be Designed As Permanent Construction In Accordance With Department Of Defense Unified Facilities Criteria 1-200-01. This Project Will Comply With Department Of Defense Antiterrorism/force Protection Requirements Per Unified Facilities Criteria 4-010-01. estimated Project Solicitation Issue Date: May/june 2025 background: Currently, A Planning Charrette Report (pcr) And 35% Concept Design Is Being Finalized. estimated Design Completion: Fourteen (14) Months From Award. optional Ae Cps May Be Exercised With Each Phase Of Construction Or Follow-on Contracts For A Period Of 3 To 5 Years. Construction Phased Services, When Required, May Include: Participation In On-site Partnering/pre-construction Meetings; Review Of Construction Contractor's Submittals For Government Approval And For Information Only; Participation In Site Visits And Provide Inspection Reports At Critical Points Of Construction; Participation In Start-up And Commissioning Of The Systems; Attendance At Warranty Inspections; Participation In Lessons-learned Sessions; And Preparation Of Operations And Maintenance Support Information Manuals. the Government Requires That Firms Use Construction Cost Estimating For All Design Projects Using The Micro-computer Aided Cost Estimating System 2nd Generation, Mii Software. The Government Requires That Contractors Develop And Edit All Specifications Are Using The Specsintact Automated Specification Processing System. Firms Should Demonstrate Experience With Using And Writing Project Specifications In The Specsintact Processing System. the Ae Shall Use Advanced Modeling Practices In Conjunction With An Integrated Design Approach To Complete The Project Design. Advanced Modeling Is A Subset Of Geospatial Technologies As Defined Em-1110-1-2909 Geospatial Data And Systems To Include Building Information Modeling (bim), Civil Information Modeling (cim), Geographic Information Systems (gis), And Computer-aided Drafting (cad). the Ae Shall Have A Robust Knowledge Of Advanced Modeling Strategies, Standards, And Practices And Shall Be Capable Of Delivering Designs Using A Variety Of Tools And Technologies To Meet The Requirement. sustainable Design Shall Be Accomplished Using An Integrated Design Approach And Emphasizing Environmental Stewardship; Energy And Water Conservation And Efficiency; Use Of Alternative Energy, Use Of Recovered And Recycled Materials; Waste Reduction; Reduction Or Elimination Of Toxic And Harmful Substances In Facilities Construction And Operation; Efficiency In Resource And Materials Utilization; Development Of Health, Safe And Productive Work Environments. The Government Requires The Integration of Federal And Agency Energy And Sustainability Mandates On All Building Facilities. Design And Documentation Shall Utilize United States Green Building Council (usbgc), Leadership In Environmental And Energy Design Ae Evaluation, Green Building Certification Institute, And Green Globes Web-based Certification Methodology. Building Envelope Design Will Require Knowledge With Tested Air Barrier Construction. The Government May Require The Ae To Perform And/or Evaluate Sustainability And Energy Audits. the Government Requires That Prime/joint Ventures Identify First-tier Subcontractors. the Government Also Requires Integration Of Current Antiterrorism And Force Protection (at/fp) Measures On All Military Projects. the Government Requires The Ae To Use The Dr Checks Design Review And Checking System. capabilities And Submission Requirements: All Interested, Capable, Qualified, And Responsive Contractors Under Naics Code 541330 Are Encouraged To Reply To This Request. Firms Should Submit A Capabilities Statement Package No More Than Four (4) 8.5” X 11” Size Electronic Pages With 1-inch Margins And Using A Minimum Of 10-point Times New Roman Font. Responses Should Demonstrate The Ability To Provide Services Listed In The Project Description. No Phone Or Email Solicitations With Regards To The Status Of The Solicitation Will Be Accepted Prior To Its Release. Information And Materials Submitted In Response To This Request Will Not Be Returned. Do Not Submit Classified Material. if Your Organization Has The Potential Capacity To Provide The Required Products/systems, Please Provide The Following Information: company Name, Address, Phone Number, Point Of Contract, Email, Web Address: cage Code And Unique Entity Identifier (uei): north American Industry Classification System Code (naics): confirmation Your Company Currently Registered In System For Award Management (sam). confirm Your Company Performed Work For The Federal Government Under A Different Name Or Uei/duns #, Or As A Member Of A Joint Venture (jv)? If Yes, Provide An Explanation. tailored Capability Statements Addressing The Requirements Of This Notice, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. If Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Organizations Should Address The Administrative And Management Structure Of Such Arrangements. state Whether Your Firm Is Classified By The Small Business Administration As Any Of The Following: small Business small Disadvantaged Business service-disabled Veteran Owned Small Business (sdvosb) section 8(a) women Owned Small Business (wosb) hubzone historically Black Colleges And Universities/minority Institutions none Of The Above please Respond To All Information Requested In This Notice Not Later Than 2:00 Pm Central Standard Time (cst) On 28 February 2025. Please Include The Sources Sought Notice Identification Number W9128f25sm024 In The Subject Line Of The Email Submission With Attention To: Brandon Landis; Brandon.p.landis@usace.army.mil. all Data In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government. comments: Provide Comments Or Identify Any Concerns Your Company Has Regarding The Planned Solicitation. Note That The Government Will Not Be Responding To Inquiries About The Proposed Solicitation At This Time. Your Responses And Comments Will Be Used By Government Personnel To Assess The Viability And Scope Of The Proposed Solicitation And Will Be Kept In Strictest Confidence. Telephone Inquiries Will Not Be Accepted.
Contact
Tender Id
W9128F25SM024Tender No
W9128F25SM024Tender Authority
DEPT OF THE ARMY USA ViewPurchaser Address
-Website
beta.sam.gov