This Sources Sought Notice is not a Request for Quote and does not constitute a commitment by the Government. The Government is currently conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential sources to fulfill the requirement and gather information on current capabilities of businesses within the market. All information submitted in response to this Sources Sought Notice is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Proprietary information submitted should be marked appropriately. All submitted information shall remain with the U.S. Government and will not be returned.
The Government intends to issue a hybrid Firm-Fixed-Price/Time and Materials type contract with a one-year base plus two one-year option periods, for a potential three year contract period of performance. This project requires Architectural and Engineering design and management in order to remodel/upgrade the current fisheries library located within the Daniel K. Inouye Regional Center (IRC) located on Fort Island, Oahu, HI. The project will require structural, electrical, HVAC, IT, and utility upgrades in order to house the National Weather Service (NWS) Honolulu Weather Forecast Office (WFO) and the Central Pacific Hurricane Center (CPHC). The contractor shall use as much current equipment and systems located within the IRC as possible to meet the requirements of the project. Upgrades needed to current electrical, HVAC, IT, and utilities shall match existing equipment and shall only supplement the current equipment for the addition of the WFO/CPHC. The Honolulu WFO and CPHC Program of Requirements (POR) shall be utilized as a guidance when upgrading the fisheries library area. The contractor shall make every effort to meet the requirements of the POR either through current existing systems/equipment or through upgrades.
The anticipated North American Industry Classification System (NAICS) code for this acquisition is 541310 – Building architectural design services. The Small Business Size Standard for this acquisition is $11.0 Million. A vendor’s response to this notice shall be limited to five (5) pages and shall include all of the following information:
Firm’s name, address, point of contact, phone number, and email address.
Type of business (e.g. large, small, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, women- owned small business, and/or economically disadvantaged women-owned small business) as validated in the System for Award Management (SAM) and/or SBA’s Dynamic Small Business Search (DSBS) including the business size standard applicable to the NAICS code referenced in this Sources Sought Notice.
Interest in bidding on the solicitation when it is issued.
Joint Venture information, if applicable.
Responses addressing your firm’s ability to provide the following services:
Ability to independently perform at least 50% of the work required and/or percentage of anticipated work to be subcontracted out.
Describe your firm’s capability and related certification to provide Architectural and Engineering design and management. Provide up to three recent examples of comparable work which includes a brief description of the contract, customer, and dollar value.
Discuss your firm's capability to conduct on-site visits, Investigation Surveys, and continued support throughout the separate award for the construction phase of the project as outlined in the Statement of Work (SOW).
This Sources Sought Notice will not have Questions & Answers pertaining to the specific requirement. Interested vendors shall respond to this Sources Sought Notice no later than Thursday, March 6, 2025 at 2:00PM Eastern Time (ET), and must be registered in SAM.gov to be eligible for award of a Government contract.
Email your response to Dallas.Thurston@noaa.gov
No telephone inquiries will be honored.
See the attached draft SOW for additional information.