Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2009 FBO #2629
SOURCES SOUGHT

C -- INDEFINITE QUANTITY CONTRACTS FOR MISCELLANEOUS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES

Notice Date
2/4/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
00000
 
Solicitation Number
N4008009R0500
 
Response Due
2/18/2009
 
Archive Date
3/5/2009
 
Point of Contact
Jonathan BentsNAVFAC Washington202-685-8281jonathan.bents@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis. The intent of this synopsis is to identify potential qualified small businesses, 8(a) businesses, Historically Underutilized Business Zone (HUBZONE) companies who can perform the Architect/Engineering service described herein. NAVFAC Washington will use the responses to this Sources Sought Synopsis to make the appropriate acquisition decision for the planned procurement. This is not an announcement of availability of a solicitation nor is it a means of generating a plan-holders list. After review of the responses to this synopsis a pre-solicitation announcement will be published on Navy Electronic Commerce Online (NECO) if the Government intends to proceed with the procurement of these services. The general scope is as follows: The work includes architectural and engineering services and it is the Governments intent to execute multiple awards as a result of the solicitation, specifically two indefinite quantity contracts. Work will include, but not be limited to miscellaneous studies, Requests for Proposals (RFP) for Design Build & Design Bid Build projects and construction cost estimates ready for bidding for various projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Washington region - Washington, DC, VA and MD. Work may also be associated with other NAVFAC Atlantic sites. The type of work primarily includes design and engineering effort for major repairs, renovations, alterations and new construction for projects with a construction cost in the magnitude of $5 to $50 million. This includes projects that are large in size, technically complex, or have difficult or other unique requirements. Work includes the following type of structures: single or multi-story, high bay, masonry, concrete, steel, wood and pre-engineered facilities for miscellaneous administrative facilities; research facilities; production facilities; hangars; quarters & lodge type facilities; dining facilities; commissary & exchange type facilities; child care facilities; parking structures; educational facilities; fitness & sports related facilities; medical facilities, and any other types of shore facilities. Anti-terrorism / Force Protection (AT/FP) considerations are required for all projects - familiarity with UFC - DoD Minimum Antiterrorism Standards for Buildings (most recent version) is required. SCIF, IDS and related features may be required - familiarity with Navy/DoD criteria is required. Sustainable Design features are required in design and engineering work for our projects. Experience with USGBC LEED is required. LEED Silver rating is required for Military Construction (MILCON) and other major projects. Experience with facility projects incorporating EPAct-05 requirements is required for all new projects over $750,000. Experience in new non-fossil fuel energy related technologies for facilities, such as wind and sun, is required. The preparation of comprehensive storm water management plans for the State of Maryland, the District of Columbia, and the Commonwealth of Virginia are required. Other comprehensive storm water management plan localities may be required for other NAVFAC Atlantic sites. Interior design services may be required - familiarity with mandatory sources of procurement, i.e. Federal Prison Industries (FPI), GSA schedules, etc. is required. Coordination with the National Capital Planning Commission, SHPO, the Commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission, etc. may be required depending upon the location and type of projects. The possibility of hazardous materials, i.e. asbestos, lead paint, PCB, etc. may exist at various project sites. If hazardous materials are suspected or encountered, the A-E Contractor will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the potential project sites are required by the A-E firm or its subcontractor(s). The general intention is to provide for such design and engineering services as necessary to support the procurement of these contracts. Services, such as technical reports and studies, site investigations, DD Form 1391 packages, programming, concepts, design build or design bid build contract documents, construction cost estimates, surveys, shop drawings reviews, construction consultation and inspection, and preparation of construction record drawings, O&M / OMSI manuals and similar types of work, may be required at any time up to the final acceptance of all work. The Government will and A-E shall utilize NAVFAC's design and construction electronic management system(s) for all data and documents throughout the life of the design and construction contract. When required by the Contracting Officer, paper contract documents will be provided (e.g., for signatures of contracts, contract modifications and submission of contract claims). In the event of discrepancy between the electronic version and paper documents, the paper document will govern. The selected A-E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 10 days after receiving notification. The selected firm will also be required to participate in an orientation and site visit meeting within seven days of notification and provide a fee proposal within 10 days after receiving the scope of work & request for proposal. This will be a firm fixed price A-E contract. The total amount of each contract will not exceed $25 million. The duration of the contract will be for the period of 5 total years - one base year, with the possibility of four one-year options. The Government will evaluate sources capability based on professional qualifications and experience of key personnel, corporate experience and past performance. Offerors having the capability to perform this work are invited submit a current SF 330 by 2:30 PM on 18 February 2009. Documents shall be submitted to Mr. Jonathan Bents, 1314 Harwood Street SE, Building 212, First Floor Mailroom, Washington Navy Yard, Washington, DC 20374. Complete information must be submitted. The Government will not contact the concern for clarification of information. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will ! only be used for the purposes intended. Points of contacts listed may be contacted for purposes of verifying performance. Jonathan BentsContract Specialist202-685-8281Jonathan.bents@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c97991ed36b7dce66cc7e44ae7becb96&tab=core&_cview=1)
 
Record
SN01743901-W 20090206/090204220555-c97991ed36b7dce66cc7e44ae7becb96 (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.