Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2010 FBO #3318
DOCUMENT

C -- Architect and Engineering (A&E) services and support for the Marine Corps Facility Condition Inspection Program using BUILDER Engineered Management System (EMS) - Attachment

Notice Date
12/23/2010
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, PW CONTRACTS CORE Code RAQ10 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247311R3006
 
Response Due
1/13/2011
 
Archive Date
3/1/2011
 
Point of Contact
Mike Morgan: michael.j.morgan1@navy.mil telephone: (619) 532-3563/(619) 279-9234 (cell).
 
E-Mail Address
N62473-11-R-3006 BUILDER Engineered Management System (EMS)
(Michael.J.Morgan1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT TEXT, N62473-11-R-3006 Posted to FedBizOpps: 23 December 2010 Title: Architect and Engineering (A&E) services and support for the Marine Corps Facility Condition Inspection Program using BUILDER Engineered Management System (EMS) Location: Predominantly in the Naval Facilities Engineering Command, Southwest Division ™s Area of Responsibility (AOR), but also Worldwide Classification Code: C “ Architect and Engineering Services NAICS Code: 541330 “ Engineering Services THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. All small businesses as well as large businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The NAICS code for this proposed procurement is 541330 (small business size standard is $4,500,000). If the solicitation is issued, the solicitation will consist of a base period and 4 options totaling 5 years of performance. The anticipated total work to be issued over the life of the contract via task orders (base year plus four one-year options) shall not exceed the estimated maximum amount of $15 million. The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed below. The primary area of focus for this contract is the continental United States (CONUS); however, the contract may be used to support the entire NAVFAC LANT AOR, which includes CONUS and outside continental United States (OCONUS), including the Caribbean, Europe, Africa, Western Asia, and South America. Additional support may also be provided to Hawaii, the Far East, and Marianas. Headquarters Marine Corps (HQMC) has requested the Naval Facilities Engineering Command Southwest (NAVFAC SW), a component command of NAVFAC LANT, to implement and support the BUILDER Engineered Management System (EMS) at various Marine Corps Installations. This implementation will improve building inspections and facility management business processes. The United States Army Corps of Engineers developed BUILDER EMS, which is a software application for building asset lifecycle management. The real property building information and more detailed system inventory is modeled and/or collected which identifies building components and their key life-cycle attributes such as age, material, and capacity. Based on this data, inspections are then performed on the various components to determine an objective and repeatable Condition Index (CI) measure. The CI measures the general physical condition of the asset. This process enables the performance of functionality assessments which are used to evaluate user requirement changes, compliance, and obsolescence issues. This provides a comprehensive picture of the overall performance of building assets and their key components. The BUILDER software uses information about condition, functionality, and remaining service life to assist in the development of short and long range work plans based on sound investment strategies, prioritization criteria, and budget constraints. The primary tasks anticipated under this contract include support of the Marine Corps Condition Inspection Program including, but not limited to: BUILDER and other knowledge-based Engineered Management Systems (EMS) facility assessments & training; Specialized Engineering assessments/studies for site facilities (including pavements, structures, roofs); Conventional MO-322- type, deficiency-based facility assessments & training; MAXIMO interface/data interchange; Life-Cycle, Space Utilization and Functionality assessments; Mission Dependency Index (MDI) Surveys; Construction cost estimates; Budget & parametric cost estimates; Short and Long Range Maintenance Planning (LRMP); Business Case and Economic analysis; Return on Investment (ROI) analysis; Continuous Process Improvement Condition Inspection Program Meetings. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Government ™s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm ™s capability of providing these services at the various Marine Bases. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of any certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) provide information on recent past projects that best illustrate your qualifications for this contract. Of specific interest are projects conducting facility condition inspections/assessments of U.S. Naval facilities and other DoD facilities. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer ™s name; current telephone number; d. Contracting Officer ™s Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work. i. If award fee or award term incentivized, average performance rating received and (7) subcontract management: - provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513). The Government reserves the right to request additional information as needed, from any and all respondents; (8) provide a written statement as to your ability to perform work within the Continental United States (CONUS), outside the Continental United States (OCONUS) or both CONUS and OCONUS. The SOC must be complete and sufficiently detailed to allow for a determination on the firm ™s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on 13 January 2011, by 2:00 PM PST. The package shall be sent either by mail to the following address: Commander Naval Facilities, Southwest Division, ACQ2 (ATTN: Mike Morgan), 1220 Pacific Highway “ Building 127, Room 115, San Diego, CA 92132-5190; or electronically to Michael.J.Morgan1@navy.mil. Questions or comments regarding this notice may be addressed to Mike Morgan either by e-mail michael.j.morgan1@navy.mil or by telephone (619) 532-3563/(619) 279-9234 (cell).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A1B/N6247311R3006/listing.html)
 
Document(s)
Attachment
 
File Name: N6247311R3006_SOURCES_SOUGHT.pdf (https://www.neco.navy.mil/synopsis_file/N6247311R3006_SOURCES_SOUGHT.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247311R3006_SOURCES_SOUGHT.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02350342-W 20101225/101223233918-46add0409ca551b2bfb4730cea2cbd6a (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.