SOURCES SOUGHT
C -- Architect-Engineering Services contracts for preparation of Navy and Marine Corps planning documents for the Naval Facilities Engineering Command Southwest
- Notice Date
- 12/18/2007
- Notice Type
- Sources Sought
- Contracting Office
- N62473 Attn: AQE 1220 Pacific Highway San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N62473
- Response Due
- 1/8/2008
- Point of Contact
- Crystal Rocha (619) 532-2883; crystal.rocha@navy.mil Len Brown (619) 532-1266; joseph.l.brown2@navy.mil
- E-Mail Address
-
Email your questions to Primary POC
(crystal.rocha@navy.mil)
- Description
- There are no files to download. This is a sources sought announcement and market survey for information. 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 OR ANY FOLLOW-UP INFORMATION REQUESTS. The Navy is contemplating soliciting and awarding four (4) Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineering Services contracts (N62473-08-R-8807/8808/8809/8810) for preparation of Navy and Marine Corps planning documents including, but not limited to: National Environmental Policy Act (NEPA), master planning documentation; facilities planning documentation; and environmental studies and documentation for the Naval Facilities Engineering Command Southwest (NAVFAC SW), San Diego and its customer commands primarily within California, Arizona, and Nevada, but potentially nation-wide. The proposed con tracts would be for: Upland/Desert and Other Projects; In-Water/Coastal and Other Projects; Infrastructure and Other Projects; and Operations and Other Projects. There is the possibility of work being located anywhere in the United States including Alaska and Hawaii when work comes under the responsibility of NAVFAC SW. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED ARICHITECT-ENGINEERING SOURCES AND THEIR SIZE CLASSIFICATIONS (such as 8(A), HUBZONE SMALL BUSINESS, SMALL DISADVANTAGED BUSINESS, WOMEN-OWNED SMALL BUSINESS, SERVICE-DISABLED VETERAN BUSINESS, 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 SUBCONTRACTORS IDENTIFIED TO THEIR SIZE INDIVIDUALLY AND PART OF THE WORK THAT EACH SUBCONTRACTOR WOULD PERFORM. The small business size standard for each of the contemplated contracts is NAICS classification 541620 , Environmental Consulting Services, (size standard $6.5 million avera ge annual gross receipts for preceding 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 THE ACQUISITION(s), 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. Contemplated services shall be performed in accordance with the Unified Facilities Criteria (UFC) 3-800-10N (Draft) General Environmental Requirements and the Guide for Architectural Engineering Firms (A-E Guide) dated Jan 2000A-E Guide. These projects will be accomplished under Task Orders written against the IDIQ contract(s). The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who wi ll issue written task orders to the contractor. Award of task orders will be on a firm fixed-price basis. The basic contract periods will be for 12 months (or less as determined by the Contracting Officer after the government orders the maximum aggregate contract amount of $7.5 million). The contemplated contracts will contain four (4) 12-month options for a total maximum duration of 60 months or an aggregate value of $7.5 million, whichever occurs first. The minimum task order amount for each of the four contracts is $2,500. The maximum task order amount will be $7,500,000. The guaranteed minimum is $5,000 for each of the four contracts. Contractors are not guaranteed work in excess of the minimum guarantee. 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 e xpended for employees of the concern?. The estimated contract start date is August/September 2008. Work may include, but is not limited to architectural and engineering services for the preparation of Navy and Marine Corps planning documentation including NEPA documentation (CATEX, EA, and EIS) master planning documents, facilities planning documents, traffic analyses, and studies and documentation for marine and terrestrial biological, air quality, cultural/historic and geotechnical resources. Awardees may be required to obtain security clearances prior to obtaining access to classified information, sites, etc. THE FIRM (INCLUDING SUBCONTRACTORS) NEED TO BE ABLE TO DEMONSTRATE KNOWLEDGE AND EXPERIENCE IN ALL OF THE ABOVE CITED SERVICES AND ABILITY TO OBTAIN SECURITY CLEARANCES. SUBMISSION REQUIREMENTS: 1. Firms submitting responses shall present their information in a matrix format showing government contracts where they have performed work similar to that described above. 2. The matrix shall show projects, at least 6 of which were located in the southwestern United States, that prove your firm can perform the services (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), and dates of the contract performance. Highlight projects that are close to the dollar value stated above. 3. Demonstrate professional qualifications of your key personnel in the preparation of the documents listed above, to include any professional registration such as AICP. List only the team members who actually will perform maj or tasks under the contemplated contract and their qualifications, whi ch should reflect the individual?s potential contributions to the contract. 4. Security clearance(s). Provide the firm?s status, size of the business, relative to the NAICS code 541620. If the firm is certified by SBA as 8(A), HUBZONE, etc., a copy of the certification 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 services described above. There should be one project per page. Two (2) pages should show key employees, both firm and sub-consultants, and their experience relative to the services described above. One (1) page should be the cover sheet which includes name of company, address, telephone number, fax number, at least two points of contact, e-mail addresses, business size, and a short description of the firm?s history including years in business, number of employees, and main disci plines 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 on 08 January 2008 at Naval Facilities Engineering Command Southwest, Attn: Len Brown, Regional Environmental Contracts Core, Building 127, 1220 Pacific Highway, San Diego, CA 92132-5190. Additional POC Information: Crystal Rocha, (619) 532-2883, crystal.rocha@navy.mil.
- Record
- SN01472340-W 20071220/071218225130 (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 |