SOURCES SOUGHT
C -- SOURCES SOUGHT FOR THE ANTICIPATED SOLICITATION of INDEFINITE DELIVERY-INDEFINITE QUANTITY (IDIQ) ARCHITECT-ENGINEER SERVICES FOR PROJECTS IN EUROPEAN REGION,with primary work in ITALY, SPAIN,GREECE
- Notice Date
- 10/7/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,
- ZIP Code
- 00000
- Solicitation Number
- N3319110R0202
- Response Due
- 10/21/2009
- Archive Date
- 11/5/2009
- Point of Contact
- Mark Snell +39 081 568 7746Deborah Logan +39 081 568 7730
- Small Business Set-Aside
- N/A
- Description
- NAVAL FACILITIES ENGINEERING COMMAND EUROPE AFRICA SOUTH WEST ASIA (NAVFAC EURAFSWA):1.Seeks sources interested in submitting resumes for award of one Indefinite Delivery Indefinite Quantity Contract for licensed architectural, multi-disciplined engineering and design (A/E) services for facilities demolition, repairs, alterations and/or new construction. This is not a request for proposal. This contract will be selected using Brooks Act procurement procedures per FAR 36.6. Each interested firm's SF 330 will be evaluated using the stated selection criteria (not included in this sources sought). Selection interviews will be held with a minimum of three firms and selection and contract award will be made to the one most highly qualified firm. 2. The anticipated duration of the proposed contract will be a base period of one year with four (4) option periods of one year each. The contract is expected to have a maximum capacity of approximately $15,000,000.00 (USD), to include the base and four option years. Which ever maximum is reach first, contract capacity or duration, will apply to the contract. The contract may have a minimum guarantee award amount of $25,000.00 (USD) which will be awarded in the base period. In the event that option(s) are exercised, there will be no additional guarantees. The estimated range of task order valued is expected to be between $50,000.00 and $500,000.00, some may be for higher and some may be for lower. 3. Offerors will be required to have an office located within one of the countries of the Area of Responsibility (AOR). Although the contract may be administered from elsewhere, the contractor should have the capability to perform work out of the office/s in the (AOR). 4. Various taskings would be ordered under an indefinite quantity, firm-fixed price type contact for all types of new and existing facilities. This includes but is not limited to; 1) Project planning and development (scopes of work); 2) Engineering Studies; 3) Project designs (including preparation of drawings, calculations, specifications using the SPECSINTACT system, and cost estimate); 4) Translations; and 5) All associated services for projects in the AOR. 5. These associated/additional services may include, but are not limited to: partial design packages; design-build RFP packages; repairs and alterations to existing facilities, collateral equipment lists; project preliminary hazard analysis; obtaining permits and regulatory approvals; surveys (topographic and boundary); soil investigations; seismic studies; sustainable design; comprehensive interior design; as-built drawing preparation; Operations & Maintenance Support Information (OMSI) environmental assessments; anti-terrorism/force protection evaluation and design; designs for phased construction; development of 1391 and /or Mixed Commission Documentation, and Post Construction Award Services (PCAS) such as: contractor submittal review, construction inspection, observation and consultation. Some projects will require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint surveying and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. 6. Facility Categories may include: Residential- Barracks (Hotels, Apartments) Family Housing Lodges (Motels) Commercial/Office- Exchanges (Light Commercial) Commissaries (Super Markets) Administration Offices Chapels (Churches) Clubs Recreational Facilities- (Playing fields, Auto shops, Hobby Shops, Youth Centers, Gymnasiums) Institutional- Schools (Child Development Centers, Kindergartens) Dining Facilities, Training Facilities, Hospitals, Industrial- Repair Facilities, Hangars, Warehouses, Expeditious Contingency Structures, Helicopter Pads, Taxiways, Utility Systems (water, steam, sewer, gas, electric, communication, etc.). 7. Location of the work will be in Europe with the majority of the work anticipated in Italy, Greece and Spain. 8. All contractors proposing on Department of Defense Solicitations must be registered in the Central Contractor Registration (CCR) www.ccr.gov prior to award of any United States of America Department of Defense contract. In order to register in CCR, proposers must have a Dun and Bradstreet (DUNS) Number http://fedgov.dnb.com/webform and a Commercial and Governmental Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental Entity (NCAGE) code (foreign firms). http://www.dlis.dla.mil/Forms/Form_AC135.asp. The CCR requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective proposers to begin the CCR registration process as early as possible. 9. Each firms ACASS past Performance(s) ratings will be reviewed during the evaluation process and can affect the selection outcome. The award will not be restricted to Small Businesses. Please submit an email to Contract Specialist Deborah.logan@eu.navy.mil and mark.snell@eu.navy.mil stating your firms' interest including company Name, address, DUNS number, and CAGE or NCAGE number not later than 21 Oct 2009 at 1400 hrs Central European Time. It is the interested party's responsibility to ensure they have access to the Euroneco website for updates and postings. The synopsis requesting SF330 is anticipated to be posted in about three to four weeks.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319110R0202/listing.html)
- Record
- SN01982287-W 20091009/091008001306-35f14722aa397fd2555f1d7fd11b63f2 (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 |