SOURCES SOUGHT
C -- Indefinite Quantity Contract for Architectural/Engineering Services to Provide Fire Protection and Occupational Safety Hazard Services for Various Projects in Alaska California, Arizona, Idaho, Nevada
- Notice Date
- 4/20/2004
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N68711-04-R-3016
- Response Due
- 5/10/2004
- Archive Date
- 5/25/2004
- Point of Contact
- Anne Garrett, Contract Specialist, Phone 619-532-4261, Fax 619-532-4789, - Kenneth Redmond, Contract Specialist, Phone 619.532.1251, Fax 619.532.4789,
- E-Mail Address
-
garrettag@efdsw.navfac.navy.mil, Kenneth.Redmond@navy.mil
- Description
- THERE ARE NO FILES TO DOWNLOAD. THIS IS A SOURCES SOUGHT ANNOUNCEMENT. A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT 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 OR ANY FOLLUW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS 8(A), HUBZONE, SMALL BUSINESS, LARGE BUSINESS, ETC.) Indefinite Quantity Contract for Architectural/Engineering Services to Provide Fire Protection and Occupational Safety Hazard Services for Various Projects in Alaska, California, Arizona, Idaho, Nevada, New Mexico Oregon and Washington. THIS IS NOT A SOLICITATIOIN ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS 8(A), HUBZONE, AND SMALL BUSINESS, WHETHER THE FIRM IS SUBMITTING AS AN 8(A) MENTOR PROT?G?, JOINT VENTURE, OR ANY OTHER JOINT VENTURE RELATIONSHIP, OR THE TEAM WITH THE PRIME AND SUBCONTRCTORS IDENTIFIED TO THEIR SIZE INDIVIDUALLY AND PART OF THE WORK THAT EACH SUBCONTRACTOR WOULD PERFORM. THE SMALL BUSINESS SIZE STANDARD IS NAICS CLASSIFICATIOIN 541330., ENGINEERING SERVICES, (SIZE STANDARD $4.0 MILLLION AVERAGE ANNUAL GROSS RECEIPTS FOR PROCEEDING THREE FISCAL YEARS). THE GOVERNMENT WILL USE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS TO MAKE APPROPRIATE ACQUISITION DECISIONS. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, AND IF THE GOVERNMENT STILL PLANS TO PROCEED WITH THIS ACQUISITION, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN THE FEDERAL BUSINESS OPPORTUNITIES. RESPONSES TO THIS SOURCES SOUGHT ARE NOT AN ADEQUATE RESPONSE TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THIS SOURCES SOUGHT SYNOPSIS. THE FIRM (INCLUDING CONSULTANTS) NEEDS TO BE ABLE TO DEMONSTRATE KNOWLEDGE AND EXPERIENCE IN ALL OF THE MENTIONED SERVICES. The Architect-Engineer Services are required for the preparation of all necessary projects involving fire protection and life safety issues. Further, the scope of the contract covers the provision of additional engineering services for accomplishment of fire protection engineering studies, surveys, investigations, preparation of plans and specifications, and preparation of engineering documentation as follows: (a) The design of fire protection systems for facility maintenance projects Hazard Abatement Program, and client requested projects via Client Request and Evaluation forms (CREF), including the preparation of plans and specifications, cost estimates, sketches and descriptive text; (b) Preparation of fire protection engineering studies, Fire Protection Engineering surveys, reports, fire risk/hazard analysis, fire modeling and engineering documentation; (c) Design review, shop drawings and equipment submittal reviews, various design reviews, Fire Protection Assessment Surveys of existing facilities, final inspections, and tests of installed Fire Protection Systems. These projects will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The IDIQ base year contract will not exceed the limit of $1,000,000.with three one year option periods of performance Not to Exceed $1,000,000 per year for a total value of Not To Exceed $4,000,000 per Contract. The maximum task order amount is $500,000. The guaranteed minimum for the contract is $5,000 for the base year. The length of the contract shall be for 365 days from the date of the contract award or until the $1,000,000 is reached. The hourly rates will be negotiated for each 365 days Rate Period. Rates for the Base Rate Period are effective for the first 365 days from date of award, rates for the Second Rate Period are effective from the 366th to the 730th day from date of award and so on, irrespective of which option period is in effect. If a small business were to receive an award as prime contractor as a result of a small business set-aside solicitation, the small business prime will be required to comply with FAR 52.219-14, Limitations on subcontracting, which states that ?at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern?. The estimated contract start date is July 2004. Work may include furnishings of engineering services for projects involving fire protection and life safety issues, fire protection engineering studies, surveys, investigations, preparation of plans and specifications and preparation of engineering documentation as follows: (a) the design of fire protection systems for facility maintenance projects Hazard Abatement Program, and client requested projects including preparation of plans and specifications, cost estimates, sketches and descriptive text. (b) Preparation of fire protection engineering studies, fire protection engineering surveys, reports, fire risk/hazard analysis, fire modeling and engineering documentation, and (c) design review, shop drawings and equipment submittal reviews, various design reviews, fire protection assessment surveys of existing facilities, final inspections and tests of installed fire protection systems. The services shall be conducted within the guidelines established by NAVFACINST 11320.22, the Navy Shore Establishment Fire Protection/Preventive Program. Recommendations shall be based on the latest edition of Military Handbook ? 1008, Fire Protection of Facilities Engineering Design and Construction, NAVFAC Planning and Design Policy Statements, Unified Facilities Criteria (UFC) 3-600-02, Inspection, Testing, and Maintenance of Fire Protection Systems. The intent is to provide an engineering evaluation covering major areas of interest, such as: Life Safety, Strategically important functions, High-monetary loss potential, water supply and water maps showing hydrant flow test results, alarm transmission including random tests of both interior and exterior base wide fire alarm systems, major changes in building occupancy, activity?s fire prevention program, fire protection systems maintenance program, and fire pump tests per NFPA 20. Indicate the firm?s Sustainable Design development and describe the applicability of sustainable design. Describe the firm?s familiarity with Anti-Terrorism Force Protection Criteria for the safety of personnel in Military Facilities and associated mitigation measures in design and construction. List only the team members who actually will perform major tasks under this contract and their qualifications, which should reflect the individual?s potential contributions to the contract. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information showing contracts they have performed. The matrix shall show up to 10 recent projects that prove your firm can meet each qualification criteria (as a whole) listed above, with contract numbers, contract type (firm fixed price, cost reimbursement, etc.) Total contract price, client?s name, current and accurate client point of contact with phone number, project location description of the contract?s work requirement, specific description of the actual work that the respondent did (was your firm the prime or subcontractor and if a subcontractor, what type of work and percentage of the total contract was your firm responsible for), dates of the contract performance. Provide your ability to meet the qualifications above to your firms? qualified professional people. Provide the firm?s status, size of the business, relative to the NAICS code 541330. If SBA as 8(A), HUBZONE, etc,, a copy of the certification certify the firm must be included. Responses shall not be in excess of thirteen (13) pages. Two sided pages count as two sheets. Up to ten (10) pages should be dedicated to past and current projects that show the firms ability to perform the work. There should be on project per page. Two (2) pages should show key employees, both firm and sub-consultants, and their experience relative to the work. One (1) page should be the cover sheet, which includes name of company, address, telephone number, fax number, at least two contacts, e-mail address, business size, and a short description of the firm?s history including years in business, number of employees, and main disciplines of the firm. Copies of SBA Certifications are not included in the thirteen (13)-page count. Packages, ORIGINAL and TWO COPIES have to be received by 2:00 P.M. Pacific Standard Time at Southwest Division, Naval Facilities Engineering Command, Code 02R3.AG, Attention: Anne Garrett, Building 127, 1220 pacific Highway, San Diego, CA 92132 on Monday 10 May 2004 for Solicitation Number N68711-04-R-3016. If you hand carry the package to 1220 Pacific Highway, go to Building 128 Security and they will call the Regional Acquisition Team to come over and pick up the package or direct you to the Bid Box located in Building 127. The Front Door to Building 127 is always closed.
- Place of Performance
- Address: Alaska, California, Arizona, Idaho, Nevada, New Mexico Oregon and Washington.
- Record
- SN00569532-W 20040422/040420212246 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |