Project Title
Detailed Design for New Cultural Immersion Center
Type of Post
Sources sought
Project Owner
Central Council Tlingit Haida Indian Tribes of Alaska; Business & Economic Development Department
Estimated Contract Value
$40,000 – $400,000
Bid Close: Date and Time
09/16/2016 4:30 AKST
NAICS
541310
Scope of Work
This is a Sources Sought notice. This notice does not constitute a request for proposal, request for quote or invitation to bid. This Sources Sought is a market research tool being utilized to determine the availability of qualified small business concerns prior to issuing a Request for Qualifications. This is not a solicitation for proposals and no contract will be awarded from this announcement.

No reimbursement will be made for any costs associated with providing information in response to this announcement. All responses will be provided by an e-mail response. No presentations will be scheduled.

Central Council Tlingit and Haida Indian Tribes of Alaska, Business and Economic Development Department is conducting market research for Alaska Native/American Indian Architect and or Engineers with Northwest Coast design experience. The tribe is developing an economic enterprise that will operate the Tlingit and Haida Cultural Immersion Center for tribal citizens, community residents, regional residents and visiting guests in Juneau, Alaska.

The tribe is seeking capability statements from Alaska Native or American Indian Architects and Designers to design two Tlingit and Haida Longhouse design buildings to operate its Cultural Immersion Center. This includes redesign of existing buildings, landscaping, conceptual design and possibly other services.

The scope of work may include final planning, design, construction, administration/observation, equipment planning for two Traditional style Tlingit and/or Haida Long Houses. The current square footage of the buildings are approximately 6000 -6500 sq ft each. Types of services to be provided may include:

1) Planning and Engineering review,
2) Architectural programming validation,
3) Conceptual Design
4) Schematic Design in compliance with approved program documents
4) Design development and construction documents
5) Solicitation document preparation,
6) Landscape Design,
7) Interior Design,
8) Construction Cost Estimating,
9) Construction administration/management, and/or observation
10) Value engineering,
11) LEED and Sustainability adherence and certification
12) Phased Construction planning including facility demolition and site restoration

Please have any qualified Alaska Native/American Indian A&E firm send us their capabilities statement.

Subcontractor / Supplier Goals, Set Asides, Preferences
Central Council Tlingit and Haida Indian Tribes of Alaska is a federally recognized tribe that has a Tribal Employment Rights Office (TERO) and applies an Indian Preference in employment and contracting pursuant to PL 93-638. Procurement Preference is in accordance with Central Council Tlingit and Haida Indian Tribes of Alaska’s Fiscal Management Policies Part VII – Procurement 6. Tribal Preference
Specific instructions: bid closing, mandatory meeting, bonding, insurance…
The written response to this notice should consist of the following items:

a. Company Name.
b. Company DUNS number.
c. Company point of contact, mailing address, telephone and fax numbers, and website address
d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives’
e. Date submitted.
f. Type of Company: SB, WOSB, WOB, SDB, MBE, etc.
g. Is your firm capable of providing Detailed Design Services for a project of this magnitude?
h. If yes, provide organizational experience as a Designer of Record responsible for the design of at least one similar projects within the past ten (10) years, each of which is comparable in nature, type, and complexity to the project.

The A-E firm’s primary business shall be architectural design with a focus on completed project estimated cost of construction between $2,000,000-$4,000,000 range, with the capability of providing and subcontracting engineering and other specialty disciplines/services, as necessary.

Sample projects completed within the past five years are considered more relevant than projects completed more than five years ago.

Respondents will NOT be notified individually of the results of the sources sought.

Important Notice:
It should be clearly understood that this Sources Sought notice is not an award or commitment by the Government. The offeror is further advised that funding may not become available. If funds are not available, no award will be made. The offeror will not be reimbursed for any/all effort or submission preparation costs

Point of contact – Please include their name, job title, phone, fax, and email address.
Myrna Gardner, Manager
Business & Economic Development
Central Council of the Tlingit and Haida Indian Tribes of Alaska
320 W. Willoughby Avenue, Ste 300
Juneau, AK 99801
mgardner @ ccthita-nsn.gov
907-463-7177

Our goal under Economic Development is to report financial and job growth through our assistance as an aggregate to clients and partners. If your company is awarded a contract related to this opportunity (or other opportunities) and/or added jobs, please let us know. We greatly appreciate your attention to this detail which allows this program to continue to provide services at no-cost to you. Award Reporting Form or report in your Bid Match Portal.

The content of any written materials or verbal communications of this post or its representatives does not necessarily reflect the official views of or imply endorsement by Native PTAC.