Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2009 FBO #2670
SOURCES SOUGHT

C -- Engineering and Design Services for Petroleum, Oil, Lubricants (POL) for Fuel Facilities

Notice Date
3/17/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, Southeast, N69450 NAVFAC SOUTHEAST, SOUTHEAST Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945009R0067
 
Response Due
4/8/2009
 
Archive Date
9/30/2009
 
Point of Contact
Carol Foulk (904) 542-6924
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought / market research synopsis. This is not a solicitation for proposals and no contract will be awarded from this announcement. Reimbursement will not be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Telephone calls will not be accepted requesting a bid package or solicitation. The Government will use responses to this market research to make appropriate acquisition decisions, including small business set-aside determinations in lieu of full and open competition. This market research is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. Naval Facilities Engineering Command Southeast (NAVFACSE) is performing market research to identify certified 8(a), HUB-Zone, Woman-owned, Service Disabled Veteran Owned Small Business (SDVOSB) or Small Business concerns for services of a regional Architect/Engin! eering firm for a firm fixed price Indefinite-Delivery, Indefinite Quantity (IDIQ) contract to provide engineering and design services for petroleum fuel facilities for the Defense Logistics Agency Military Construction program and Defense Energy Support Center maintenance and repair program, at Navy, Marine Corps, and Air Force Activities, throughout the NAVFAC Southeast Area of Responsibility (AOR), including Texas, Louisiana, Mississippi, Alabama, Florida, Georgia, South Carolina, the Bahamas, and the Caribbean. Services are primarily, mechanical, civil, and electrical designs for petroleum fuel facilities; including fuel storage, handling, and distribution systems, including tanks, valves, piping and pumping, fueling specialties, and associated electrical power and lighting, cathodic protection, communications, and control systems. Services may range from fuel storage tank inspections, to renovation of existing facilities, to preparation of design-build Request For Pr! oposal's to comprehensive integrated design services (full plans and specifications) for new DOD petroleum fuel facilities in the NAVFAC SE AOR. Services shall be accomplished in the firm's office with the exception of field investigations and surveys as required at the specific task order project sites. The duration of the contract will be for one year from the date of an initial contract award with four one year option periods. Estimated start date 1 Jul 2009. The estimated total amount under this contract (including option years) will not exceed $7,500,000.00 for the entire contract term. The minimum guarantee of $20,000.00 for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance. There will be no dollar limit per task order and no dollar limit per year. Type of contract: Firm Fixed Price Ind! efinite Quantity Indefinite Delivery (IDIQ) Contract. NAICS Code 541330, size standard is $4,500,000. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database (http://www.ccr.gov) is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. All contractors are advised to become familiar with the electronic invoice submission program Wide Area Work Flow at (https://wawf.eb.mil/). Late responses will be handled in accordance with FAR 15.208. Hand carried or electronic (email, fax, etc) responses are unacceptable. FAR Clauses 52.214-34, Submission of Offers in the English Language is incorporated by reference. Firms responding to this announcement by 8 April 2009 at 4:30 pm Eastern Standard Time will be considered. It is requested that interested businesses submit to the Contracting Officer a brief capabilities statement package demonstrating ability t! o perform the requested services. Submittal documentation shall not exceed 15 pages, typed, one-sided, 12-pitch font. This documentation shall address, as a minimum, the following: (1) The A/E must demonstrate relevant experience (within the last five years) of his and each key consultant's qualifications with respect to all services described above, to include particular emphasis on work in the overseas AOR (Bahamas and Caribbean). (2) Company profile to include number of employees, office locations(s), DUNS number, CAGE Code as required by DOD FAR Supplement, Part 204 Subpart 204.72, and statement regarding whether firm is a large or small business designation and status. Submittals from this market research will be reviewed for professional qualifications, specialized experience and relative past performance. It is not necessary to submit a SF-330 at this time. Sources are encouraged to register their annual Representations and Certification at (https://orca.bpn.gov/). Responders to this Market Research will need to submit a response ! to any future solicitation documents posted to (https://www.neco.navy.mil) to be considered for a potential contract award. Submit documentation to Naval Facilities Engineering Command SE, Attn: Carol Foulk, Bldg 903, First Floor, Yorktown Ave, Naval Air Station, Jacksonville Florida, 32212-0030. This is not a request for a proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=98671b0e8de3b67c4110cc902cc10ae4&tab=core&_cview=1)
 
Record
SN01771201-W 20090319/090317220603-98671b0e8de3b67c4110cc902cc10ae4 (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.