Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOURCES SOUGHT

C -- Architect Engineering Services

Notice Date
9/10/2015
 
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
N6247015R5004
 
Response Due
9/25/2015
 
Archive Date
10/10/2015
 
Point of Contact
Heather L. Race
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS This is NOT a solicitation announcement. This is a Sources Sought Synopsis announcement only. This synopsis is a market research tool being utilized for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Command (NAVFAC) Atlantic to facilitate the decision making process. The Naval Facilities Engineering Command Atlantic, Norfolk, Virginia Contracts Office is seeking eligible business firms (large or small) capable of providing Architect-Engineer Services for information and planning purposes. To be considered eligible, these firms must be interested, qualified, experienced, and capable of immediately performing airfield, airspace and range analyses of existing and/or proposed operations at military installations using a military-specific airfield, airspace and range modeling and simulation tool provided by the firm, and to develop and compile operational data to support Air Installations Compatible Use Zones (AICUZ), Range Air Installations Compatible Use Zones (RAICUZ), and Encroachment Management planning and National Environmental Policy Act (NEPA) requirements. An Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded as a result of this competition for the services indicated above at Naval and Marine Corps Air Installations and other DoD facilities within the Naval Facilities Engineering Command area of responsibility worldwide, but primarily in the United States and Hawaii. Upon review of industry response to this Sources Sought Synopsis, the Government will determine the most suitable procurement strategy for this requirement. This is not a solicitation but a Sources Sought only. Description: The Navy and USMC have a requirement to plan for future aviation infrastructure changes to adequately support: (1) the introduction of new aircraft through the analysis of any aircraft type and military-unique operations; (2) the introduction of new aviation mission tactics and capabilities using detailed flight profiles that can accommodate any mission tactic or capability; (3) changes in force levels through resource-based modeling that readily accommodates any force level alternative simulations; (4) changes in basing configurations through multiple-base analysis for basing alternatives; and (5) mitigation of the environmental impacts of aviation operations through simulation results that provide direct input for military operations noise and other environmental impact analysis. This requirement is for a firm to provide and utilize a military-specific airfield, airspace and range modeling and simulation tool to perform airfield, airspace and range analyses of existing and/or proposed operations at military installations and to develop and compile operational data to support Air Installations Compatible Use Zones (AICUZ), Range Air Installations Compatible Use Zones (RAICUZ) and Encroachment Management planning and National Environmental Policy Act (NEPA) requirements. The airfield/airspace analyses must be performed using a military-specific airfield, airspace, and range modeling and simulation tool, must include military operations analysis, aviation training and readiness analysis, operational level periodicity analysis and analysis of military-civilian air operations interactions. The simulation model/tool must also provide the operational data to support noise analysis with military-specific aviation and ground-related operations analysis of airfields and special-use airspace. The firm must demonstrate the capability to: (1) integrate military aircrew training, currency and readiness requirements as a basis for simulation into future alternatives analysis, enabling an accurate source of information for environmental and noise impacts; (2) use aircrew training, currency and readiness requirements as a basis for simulation and future alternatives analysis to allow for broad flexibility in multiple variable analysis of military operations; (3) calibrate to historical operations in order to validate the function of models before alternative analysis is performed; (4) support noise analyses of military-specific aviation operations, tactics and training requirements; (5) support analysis of aviation operations over any period of time exceeding one day, allowing for the identification and examination of operations level periodicity and the impact of results on facility use and capacity due to fluctuating demand resulting from deployments, detachments and seasonal weather effects; (6) support the analysis of military and civil air operations interactions over the entire range of military operations and training cycles; (7) analyze radar flight track information, the supporting airspace structure and the various factors affecting aviation operations, such as terrain, weather and winds; (8) provide accurate, repeatable and verifiable forecasts of future airfield, airspace and range utilization; (9) accurately measure current conditions and develop a defensible baseline model of the operations; (10) perform simple what-if type of analysis capabilities; (11) provide training, maintenance, documentation and user support for the simulation model/tool; (12) provide expert analysts who have unique knowledge in the use and application of the simulation model/tool; (13) support the mitigation of environmental impacts caused by aviation operations through the application of the FAA s Integrated Noise Model (INM). Statement of Capabilities submittal is required. The Statement of Capabilities (SOC) will determine the feasibility and/or basis for the Government s decision to proceed with an acquisition. Interested firms must submit a SOC that describes in detail the firm s capability of providing the described services. SUBMISSION REQUIREMENTS: It is requested that interested firms submit to the contracting office a brief SOC demonstrating their ability to meet and execute the requirements as set forth above, on 8.5-inch by 11-inch standard paper, single spaced, 12 point font minimum and limited to 20 single sided pages (including all attachments). Address your ability to meet the qualifications described above relative to your firm/team. Provide business name, address, point of contact, telephone number, email address, DUNS Number, Cage Code number, and socioeconomic category for NAICS code 541330, indicating whether you are a large business, small business, small disadvantage business, woman-owned business, etc., and average number of employees in the firm.. Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent projects (minimum of three, maximum of five) that demonstrate an ability to meet the qualification criteria listed above. Provide the contract number, contract type (i.e., fixed price, indefinite quantity/indefinite delivery, cost reimbursement, etc.), project value, contract value and client point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed. List key contractor personnel who participated in the projects and their responsibilities. RESPONSES ARE DUE ON FRIDAY September 25, 2015, BY 9:00 A.M. EDT. The package shall be sent by email to Heather Race at the following address: heather.race@navy.mil This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will be notified of the evaluation, and any information submitted by respondents to this notice is strictly voluntary. SUBMISSIONS VIA ELECTRONIC OR MAIL MUST BE RECEIVED AT THE OFFICE CITED NO LATER THAN 9:00 A.M. EASTERN DAYLIGHT TIME ON 25 September 2015. LATE RESPONSES WILL NOT BE CONSIDERED. The Government will not provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. POINT OF CONTACT: Heather L. Race, Contract Specialist Phone: (757)322-8103 Email: heather.race@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247015R5004/listing.html)
 
Record
SN03879581-W 20150912/150910235627-37fe1529577d615f72055509bf8fd148 (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.