Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2006 FBO #1798
SOURCES SOUGHT

C -- PREPARATION OF ARCHITECTURAL, ARCHEOLOGICAL, AND CULTURAL RESOURCES STUDIES AND DOCUMENTATION OF HISTORICAL PROPERTIES WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND, SOUTHEAST

Notice Date
10/27/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-0054
 
Response Due
11/9/2006
 
Description
THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. The following information is provided to assist NAVFAC Southeast in conducting a Market Research of Industry to identify potential small business contractors for: PREPARATION OF ARCHITECTURAL, ARCHEOLOGICAL, AND CULTURAL RESOURCES STUDIES AND DOCUMENTATION OF HISTORICAL PROPERTIES WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND, SOUTHEAST. Naval Facilities Engineering Command, Southeast is seeking U.S. Small Business Administration (SBA) certified 8(a), HUBZone Small Business, and Service Disabled Veteran-Owned Small Business sources with current relevant qualifications, experience, personnel, and capability to perform the Architect/Engineer (A/E) services required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Preparation of Architectural, Archaeological, and Cultural Resources Studies and Documentation of Historical Properties. The geographical areas to be covered by this contract will encompass the states of Alabama, Louisiana, Mississippi, Texas and the north-west section of Florida to include Pensacola, Whiting Field and Panama City. Also included are the Gulf of Mexico oceanic and riverine waters of all lands identified as the area of responsibility (AOR) of Naval Facilities Engineering Command, Southeast. Currently, there is an existing contract which covers Alabama, Mississippi and the north-west section of Florida including adjacent waters. These areas will be excluded from this contract until the existing contract expires on 11 August 2007. The contractor may, on occasion, be tasked to provide the services described herein at Government activities outside the AOR of Naval Facilities Engineering Command, Southeast. These actions will be decided on a case-by-case basis approved by the contracting officer. It is anticipated that most work will be in the Southeast AOR. Required A/E services may be categorized as design or engineering services and will primarily be for preparation of architectural design and drawings in a diversity of architectural styles which conform to the Secretary of the Interior?s Standards for Rehabilitating Historic Buildings and Guidelines for Rehabilitation, structural and systems analyses of historic buildings and structures, and documentation thereof. Other work may include the development of National Register of Historic Places (NRHP) eligibility studies, archeological surveys (whether performed by in-house staff or a sub-contractor firm under the direction of the IDIQ Prime Contractor), underwater archeological surveys, and other studies as needed for proposed Department of Defense (DOD) actions. Typical issues to be addressed could include rehabilitation/repair designs for historic properties, design concepts for architectural compatibility within or adjacent to historic districts, structural, architectural and systems analyses, determinations of construction styles and types, Phase I, II, and III Archaeological Investigations, and archival/laboratory research. Other work could include, but not be limited to photographic documentation, Historic American Buildings Survey/Historic American Engineering Record (HABS/HAER) documentation, and construction feasibility studies. All interested firms should be capable of obtaining security clearances, if required. The small business size standard is NAICS classification 541330, Engineering Services (Size Standard $4.5 Million average annual gross receipts for proceeding three fiscal years). This sources sought synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the government still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunities. Responses to this sources sought synopsis are not adequate response to any solicitation announcement. 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 follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The maximum contract value may not exceed ($5,000,000) aggregate total. The minimum guarantee for the contract shall be satisfied by the first task order. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period with four (4) option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. The hourly rates will be negotiated for each calendar year (12 month period). The government may exercise the option period (s) unilaterally. Interested sources are invited to respond to this sources sought synopsis by submitting a copy of the firm?s small business program certification AND by completing the following sections of the SF 330, Architect-Engineer Qualifications Part I, Contract-Specific Questions: Section A, Contract Information; Section B, Architect-Engineer Point of Contact; Section E, Resumes of Key Personnel Proposed For This Contract, and Section F, Example Projects Which Best Illustrate Proposed Team?s Qualifications for This contract. Include the 8(a) Small Business Certification Number in Part I, Section B, Block 5, Name of Firm, in addition to the Name of Firm. The SF 330 is limited to 15 single-sided pages and does not include submitting a copy of the firm?s small business program certification. Respondents will not be notified of the results of this evaluation. However, NAVFAC Southeast will utilize the information for technical and acquisition planning. If adequate responses are not received from small business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the government. Response to this sources sought announcement is due not later than 2:00 p.m., November 9, 2006 to: Naval Facilities Engineering Command, Southeast, 2155 Eagle Drive, PO Box 190010, N. Charleston, SC 29419-9010, Code ACQ21, Attn: Reggie Coney. You may also email your response to Reginald.Coney@navy.mil and chris.cotton@navy.mil. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. Since this is a sources sought synopsis, no evaluation letters and/or results will be issued to the participants. Facsimile submittals will not be accepted.
 
Place of Performance
Address: Alabama, Louisiana, Mississippi, Texas and the north-west section of Florida to include Pensacola, Whiting Field and Panama City
Zip Code: 29406
Country: UNITED STATES
 
Record
SN01172262-W 20061029/061027220807 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.