Supplemental Architectural and Engineering Services for the state of Louisiana

Agency:
State: Louisiana
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159603303385630
Posted Date: Oct 19, 2023
Due Date: Nov 13, 2023
Source: Members Only
Follow
Supplemental Architectural and Engineering Services for the state of Louisiana
Active
Contract Opportunity
Notice ID
47PH0824R0002
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R7 PROG SUPPORT - CAPITAL AND IDIQ
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Oct 19, 2023 12:52 pm CDT
  • Original Response Date: Nov 13, 2023 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C211 - ARCHITECT AND ENGINEERING- GENERAL: LANDSCAPING, INTERIOR LAYOUT, AND DESIGNING
  • NAICS Code:
    • 541310 - Architectural Services
  • Place of Performance:
    New Orleans , LA
    USA
Description

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 source sought 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 Large Business Community and 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 $12.5 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 state of Louisiana.





The primary area will be the State of Louisiana. The secondary contract areas will be the States of New Mexico, Arkansas, Oklahoma, and Texas.





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 within 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 $15 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, UEID, 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, HUBZone Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small 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 12:00 PM CST on November 13, 2023. Submit response and information via email to GSA POCs robert.sim@gsa.gov and matthew.deptuch@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.







Electronic Submission: Offers must be received by the email address of the GSA Point of Contact (POC) listed herein on or before the date and time established for receipt of offers. The date and time of receipt will be established according to the Government computer system’s documentation showing the exact official time of receipt by the GSA POC listed herein and not by the time the electronic proposal was sent by the Offeror or received by the GSA server. It is the Offeror’s responsibility to ensure proposals are complete and submitted early enough to be received by the GSA POC before the deadline, and to confirm receipt before the deadline. Proposals or portions of proposals which are received by the GSA POC later than the time noted within will be rejected and will not be considered.





NOTE: The maximum file size is 25 MB. GSA has occasionally experienced delays in delivery of emails from the GSA server to an email account. Therefore contractors/offerors need to plan accordingly.





WARNING: Consistent with GAO case law on the issue of “late-is-late rule” related to electronically submitted proposals, GSA will strictly comply with and enforce FAR 52.215-1(c)(3)(ii)(A). Pursuant to GAO’s application of FAR 52.215- 1(c)(3)(ii)(A), an electronically submitted proposal that is received late will not be considered unless (1) it is received before award is made, (2) the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition and (3) it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals. FAR 52.215-1 (c)(3)(ii)(A)(1).





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.




Attachments/Links
Contact Information
Contracting Office Address
  • R7 PROG SUPPORT - CAPITAL AND IDIQ 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 19, 2023 12:52 pm CDTSources Sought (Original)

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 >