Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2014 FBO #4478
SOURCES SOUGHT

C -- Indefinite Quantity Contract for A&E Services for Utility System Inspection, Mapping, Assessment, Analysis and Evaluation.

Notice Date
2/25/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247014R6008
 
Response Due
3/11/2014
 
Archive Date
4/11/2014
 
Point of Contact
Katie Fogle at katie.fogle@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (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 are encouraged to respond. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. NAVFAC Atlantic is seeking eligible small business firms capable of providing Architect-Engineer or Engineering Services for Utility System Inspection, Mapping, Assessment, Analysis and Evaluation. 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 preponderance of the work on this contract is required for Department of Defense (DOD) facilities that receive support services from the Naval Facilities Engineering Command, including, but not limited to, the following areas: the Continental United States, Hawaii, Alaska, Caribbean, Europe, Africa, Asia, Far East and the Middle East. Specific services to be provided include surveying, mapping, inspection, testing, evaluation, analyzing, inventory verification, data reconciliation and consolidation, condition and risk assessment, of electrical generation, transmission and distribution systems; water supply, transmission, treatment, and distribution systems; and wastewater collection and treatment systems; steam generation, transmission and distribution systems; compressed air generation and distribution systems; natural gas transmission and distribution systems; Geospatial data Integration; development and implementation of utilities Asset Management Systems for Navy Utilities. The primary tasks anticipated under this contract are: a)Field verification and objective condition assessment of facilities, structures, and equipment associated with electric, water, wastewater, thermal, compressed air and natural gas utility systems. b)Development of utility system mapping with Geographic Information Systems using GPS, traditional surveying, and mobile field data collection technologies. c)Development of real property inventories for utility systems by reconciling all available Navy data stores (e.g. Maximo, ArcGIS, AutoCAD, Navy Facility Assets Data Store). d)Development of utility system component replacement cost estimates. e)Development of one-line diagrams for electrical distribution or Process & Instrumentation Drawings for, electrical generation, potable water treatment, wastewater treatment, steam production, and compressed air generation. f)Integration of existing data and field verified data with computerized maintenance management systems (Maximo) with GIS (ArcGIS), billing and real property inventory systems (Navy Facility Assets Data Store). g)Training of personnel, documentation of GIS data as well as preparation of user guides and manuals on using GIS software and deliverables. h)Management analysis of utility systems including best management practices, staffing studies, rate studies and cost of service analysis. i)Development of asset management programs, Operation and Maintenance Manuals, Preventive Maintenance plans, capital improvement plans, condition assessment programs, risk assessment programs and utility master plans. j)Perform asset condition assessments, consequence and likelihood of failure risk assessments, and develop risk mitigation options and projects for utility systems. k)Engineering field tests such as fire hydrant and pump flow tests, leak detection surveys, C-factor tests, wet well drawdown tests, computer based hydraulic analysis, inflow and infiltration studies, sewer system evaluation surveys, thermo graphic surveys, relay coordination studies, power quality surveys, load and demand analysis, steam quality surveys, etc. l)Life cycle cost analysis, plant capacity evaluations, water use studies, water conservation plans, vulnerability analysis, and other evaluation methods for recommending repairs, modifications, and conceptual designs and budgetary estimates to utility systems. m)General Utilities Privatization support including preparation of Technical Data Packages that included system inventories, general condition assessment, replacement cost estimates, depreciated value estimate; preparing and giving formal presentations to high level Naval Officers and civilian employees using the latest technology in audio-visual equipment. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one (1) year option periods. The small business size standard classification is NAICS 541330, Engineering Services ($14,000,000). Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy's decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm's capability of providing these services. 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) provide information on which, if any; of the sub-categories of small business (certified by SBA as a HUBZoneSB, self-certify as either a SDB, WOSB, VOSB, and/or SDVOSB) you qualify ; (5) indicate if the firm is registered in the System for Award Management (SAM) 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 which show: List up to seven projects performed within the last five years. Provide information on experience of key personnel showing experience in providing these 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; and i. If award fee or award term incentivized, average performance rating received; (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 information to demonstrate your ability to perform work within the CONUS, OCONUS, or both CONUS and OCONUS. The SOC must be complete and sufficiently detailed to allow for a determination 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). Answers to questions about this sources sought announcement will be made available to all responders. The package shall be sent either by mail to the following address: Commander Naval Facilities Engineering Command, Atlantic, ACQ22 (ATTN: Katie Fogle), 6506 Hampton Blvd, Bldg. A, Norfolk, VA 23508-1278, or electronically to katie.fogle@navy.mil. Submissions must be received at the office cited no later than 15:00 P.M. Eastern Standard Time on 11 March 2014. Questions or comments regarding this notice may be sent to katie.fogle@navy.mil. All information is to be submitted at no cost or obligation to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247014R6008/listing.html)
 
Record
SN03296378-W 20140227/140225234859-0d69392faac432211880296a2ac18193 (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.