Lakenia M. Brown
West Point, NY 10996
USA
The Mission and Installation Contracting Command (MICC) - West Point is conducting market research to ascertain the availability of interested and capable firms to provide architect-engineer (A-E) services for building, utility, and general infrastructure. Task orders will contain a broad range of services which may include pre-design surveys, designs, and construction support services. A Multiple-Award Indefinite-De...
View moreNo attachments available.
West Point Architect-Engineer Services IDIQ, West Point, NY 10996
—
Interested respondents should submit a brief capabilities statement package (no more than 2 pages in length,
single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform this requirement. A
generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the
package shall address the following:
1. Title of the requirement; Company Name; Address; and Point of Contact (POC) name, phone number, and
email address.
2. Company profile to include office location(s), UEI number/CAGE Code, NAICS, and a statement regarding
current small business status to include small business type(s)/certification(s) such as: 8a, WOSB, EDWOSB,
HUBZone, SDVOSB, etc.
3. Specific experience (private and/or government) in New York, New Jersey, Pennsylvania, and/or Connecticut
performing building, utility, and general infrastructure A-E services under the United Facilities General
Specifications (UFGS). Statements should describe the dollar value, indicate whether your firm acted as the prime
or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience
and how the referenced experience relates to the services described herein. A maximum of five (5) project
examples reflecting the firm's experience should be submitted.
4. In terms of availability of adequate number of personnel in key disciplines and equipment availability, a
statement regarding the firm's capacity to annually provide at least $1.5 Million in work on this effort.
5. Any suggestions or comments about the NAICS code selection, contract type, or effort in general.