SOURCES SOUGHT
C -- Waterfront Inspection Services Stateside (CONUS).
- Notice Date
- 5/24/2011
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1100 23rd. Ave. Building 850 Port Hueneme, CA
- ZIP Code
- 00000
- Solicitation Number
- N6258311WFIAE
- Response Due
- 6/2/2011
- Archive Date
- 6/4/2011
- Point of Contact
- Theodore Fleet
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS. There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes only for the specified NAICS code, assuming SBA assigned size standard of $4.5M. The Specialty Center Acquisitions NAVFAC (SCAN) is seeking qualified business sources to acquire services for underwater and above water inspection, material condition assessment, engineering and design services in support of Sustainment, Restoration and Modernization (SRM) and Military Construction (MILCON) projects at DoD waterfront and ocean facilities at various locations stateside (CONUS). The work includes, but is not limited to, field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of Design/Build RFPs and Invitation For Bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. The types of Task Order submittals may include, but not be limited to inspection and condition assessment reports, engineering alternatives analyses and basis of repair/design reports, engineering calculations, engineering plans and specifications, construction cost estimates, and technical reviews. Additional products and services may include construction contract drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard, and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS); Waterfront UNIFORMAT II classifications standard; contract bid analyses; post construction award services (PCAS); Title II inspection services; database design, construction and population; procedures and guidelines reports; static and dynamic structural analyses using finite element computer modeling; two and three-dimensional structure modeling and rendering; seismic vulnerability assessments, including use of finite element models and time history acceleration data for linear and/or nonlinear analyses of critical elements and development of retrofit schemes. A waterfront facility is defined as any structure located on the waterfront, in connection with, or potentially in contact with, water or the marine environment. This would include inland structures that require underwater investigations. Waterfront facilities include, but are not limited to piers, wharves, bulkheads, quaywalls, offshore towers, dams, levees, water control structures, instrument support structures, dry docks, moorings, underwater cables, or any similar structure. All waterfront facility assessments, including underwater inspections will be performed under direct control and supervision of registered professional engineer-divers. For each underwater assessment, one registered professional engineer-diver shall be appointed as the engineer-in-charge (EIC). That EIC shall dive at least 50% of the time, supervise the writing of the detailed inspection report, and write at least 50% of the detailed inspection reports. The other engineers on-site may write the balance of the inspection report. The EIC shall ensure that all field inspection operations, including diving, are performed in accordance with U.S. Army Corps of Engineers Safety and Health Requirements EM 385-1-1 (September 2008). US citizenship for all on-site personnel, including the requirement to pass a Federal Law Enforcement Agency Background Screening Process for access to Government sites is required. The synopsis that will result from this sources sought is anticipated to result in up to four (4) individual regional contracts being awarded to a single A&E firm for each region. An A&E firm will not be excluded from any region based upon an award in any other single region. As such, multiple regions may be awarded to a single firm. The A&E firm will distinguish which region(s) it desires to be considered for in their submittal package. The anticipated regions are as follows: 1) Northeast, Southeast (including Key West), Great Lakes areas, Puerto Rico and the U.S Virgin Islands. 2) Mid-Atlantic area, specifically Maryland, Washington D.C. & Virginia. 3) Southwest, Hawaii, & Gulf Coast areas. 4) Northwest area (including Alaska) and all Pacific U.S. Territories as defined by www.usa.gov including but not exclusive of American Samoa, Federated States of Micronesia, Guam, Midway Island, Wake Island, Johnston Atoll, Baker Island and the Northern Mariana Islands. For each contract awarded, the prime contractor is required to perform at least 50% of the work (in dollars) for each year of the contract. The A&E firm shall have the capacity to support the worst-case scenarios listed below simultaneously at any given time within the contract. The Region 1 and 2 A&E firm shall maintain the ability to support 11 activity inspections following a major weather event while in the process of completing a facility inspection. The Region 3 A&E firm shall maintain the ability to support 7 activity inspections following a major weather or geological event while in the process of completing a facility inspection. The Region 4 A&E firm shall maintain the ability to support 9 activity inspections following a major weather or geological event while in the process of completing a facility inspection. Duration will be for one year from the date of an initial contract award (Base year) with two additional one-year option periods. The aggregate value of any one regional contract award resulting from the synopsis shall result in approximate total values between $8M-$12M (base plus two option years). The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government. A minimum guarantee of $10,000 for the entire contract term, including option years, will be satisfied by the award of an initial Task Order. Multiple Task Orders may be awarded with similar delivery schedules requiring the firm to provide services with overlapping work/delivery dates. Individual Task Orders are expected to range, on average, between $50,000 and $1,000,000. The purpose of this sources sought synopsis is to identify interested/qualified sources. The applicable North American Industry Classification (NAICS) Code 541330 Engineering Services (size standard $4.5M, no exception applied). Offerors shall have no less than five (5) years experience in providing this type of service. At a minimum, provide the following information in your submittal: 1) Name and address of company and contact information/point of contact. 2) CAGE code and DUNS number. 3) Only a single brief statement of qualifications for any and/or all regions (not to exceed seven [7] total pages) is requested at this time. If responding for specific regions, please specify this in your response. Provide a statement of qualifications to include experience relative to this procurement, or any other information that clearly demonstrates your capabilities, expertise and experience to perform the requirements. General marketing material may be included but must fall within the (7) page submittal requirement. 4) Statement as to small business program size status relative to the above NAICS Code and identification of any existing contract vehicles currently in place which may be used and fit the proposed contract scope. 5) Short explanation regarding approach to managing multiple projects at multiple locations worldwide including emergency short notice projects. 6) Possible teaming arrangements: If you are responding as a prime contractor, provide anticipated subcontractors and their business size under the identified NAICS code. If you are responding as any other business or teaming entity, please identify the entity and the business size under the NAICS code, if known (eg: Partnership, Joint Venture, LLC). 7) Address the contractor s ability to meet the EM-385-1-1 (Sept. 2008) Chapter 30 Diving Standards & Appendix O Required Manning Levels. The Government will neither award a contract solely on the basis of this Sources Sought Synopsis nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government s acquisition approach. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be reviewed for informational purposes. The Government reserves the right to independently verify all information submitted. Submit required information electronically to: Kelly Oswalt kelly.oswalt@navy.mil and Theodore Fleet theodore.fleet@navy.mil. Submittals are requested on or before 2 June, 2011. Telephone responses and inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258311WFIAE/listing.html)
- Record
- SN02455362-W 20110526/110524234441-88bb042bf35ca7ffa51b5ab6cd0902b6 (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 |