Intent to Sole Source
Fiscal Service Procurement, on behalf of the Armed Forces Retirement Home in Washington, D.C. (AFRH-W), intends to award a Blanket Purchase Agreement to AE Works Ltd for continued work on their existing architect and engineering (A&E) services. The work consists of specific A&E services for a continuing care retirement community to include, but not limited to, feasibility study, concept design, plans and specifications, construction cost estimates, field engineering investigation, new building and renovation work, construction management and bridging documents for design/build for the Armed Forces Retirement Home (AFRH). The work will be for a base period of 12-months, and three (3) 12-month option periods, to begin on 05/01/2025 pursuant to FAR Part 6.302-1(b)(1)(i). See attached draft performance work statement (PWS) for additional requirements.
Fiscal Service will consider written responses received no later than 10:00a.m. ET on Monday, January 13, 2025. Responses must include sufficient evidence that clearly shows the vendor is capable of providing continuing work on AE Works Ltd’s existing A&E design services for AFRH-W. If no written response is received that clearly demonstrates the vendor’s ability to meet all of the salient features of the requirement, then Fiscal Service shall proceed with an award on a sole source basis to AE Works Ltd.
NO SOLICITATION IS AVAILABLE. A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will NOT be accepted.
Interested vendors shall provide the following:
1. The name and location of your company, contact information, UEI number, and identify your business size (Large Business, Small Business, Disadvantaged Business, 8(a), Service-Disabled Veteran Owned Small Business, HUBZone, etc.) based on NAICS Code 238210 size standard $19 million. Please ensure contact information includes the name of the point of contact, email address, and telephone number should the Government have questions regarding individual responses.
2. Whether your services are available through a Government contract vehicle or Open Market.
3. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers your company currently provides these products/services for.
4. Complete details of your company’s product that clearly and sufficiently demonstrates that it is an equivalent product to the one stated above without pricing at this time.
Responses to this request shall be submitted by email to purchasing@fiscal.treasury.gov and kaity.eaton@fiscal.treasury.gov including “SS-AFRH-25-029 Attn: KE/GJ” in the subject line. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:
.bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, and .zip files.
Microsoft Office compatible documents are acceptable.
No other information regarding this Special Notice will be provided at this time.
This notice does not restrict the Government to an ultimate acquisition approach. All vendors responding to this notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to any resultant solicitation separately from their response to this notice if the Government determines there is clearly an equivalent product(s) for the fire alarm system upgrade required.
Don't have an account? Sign Up
Forgot password?