Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
SOURCES SOUGHT

R -- A/E Energy Services Worldwide Indefinite Delivery Indefinite Quantity Single-Award for the Naval Engineering and Expeditionary Warfare Center (EXWC).

Notice Date
11/4/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N3943016D1809
 
Response Due
12/7/2015
 
Archive Date
12/22/2015
 
Point of Contact
Landon Thomas, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. An Indefinite Delivery Indefinite Quantity, Single Award Firm Fixed Price Contract is anticipated for Architectural-Engineering (A/E) services for the Naval Engineering and Expeditionary Warfare Center (EXWC), Port Hueneme, California. The North American Industry Classification System (NAICS) code for this procurement is 541330 “ Engineering Services, and the annual size standard is $15,000,000. All small businesses, service-disabled Veteran-owed small businesses, certified HUB-Zone small businesses, Woman Owned Small Business, and certified 8(a) 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. This office anticipates award of a contract for these services around August 2016. It is anticipated that one contract will be awarded under a single synopsis. The duration of the contract is one year from the date of an initial contract award (Base year) with four additional one-year option periods. The combined value of all Task Orders issued under the contract resulting from this solicitation shall not exceed $200,000,000 over the base year and four option years. Individual Task Orders typically range between $50,000 and $2,000,000+. Multiple Task Orders for different services may be awarded requiring the selected Firm to perform 20 or more simultaneous worldwide task orders with overlapping field work and deliverables. Historical metrics of the work to be performed indicate that approximately 100 task orders have been issued in the last five years, with work being performed in CONUS, Hawaii, Guam, Bahrain, Spain, Italy, Greece, Korea, Japan and Diego Garcia. Design and engineering services require expertise in installation and facility energy, water, and utility systems, with supporting architectural, mechanical, electrical, civil, structural, and environmental disciplines. Work is predominantly for continental United States and overseas Department of Defense Naval and Marine Corps shore installations. Emphasis of required design and engineering services has three major components: The first component is Energy and Utility Audits including: potential project determination, site investigation, and system evaluation. This determines existing conditions and identifies opportunities for energy, water, and other efficiency projects. The Firm may be tasked to identify opportunities for renewable resources including solar, wind, geothermal, recycling, and alternative fuels. Projects may be at a building level, like roof-top solar electric or solar hot water, or at an installation level like solar farms, high voltage distribution systems, or central plant modernization. Projects may be developed for any energy, water, or utility system including: lighting, electrical distribution, central plants, HVAC, motors, building envelope, sewage, potable water, irrigation, and industrial controls. Tasking may include sustainability assessment, cost analysis, initial design, construction criteria, and recommended paths for implementation. The second component is Detailed Design and Engineering for energy, water, and utility systems including: detailed investigation and planning, design, modeling, data analysis, project-specific construction specifications, construction cost estimating, and professionally stamped construction drawings. This tasking supports Sustainment Restoration and Modernization (SRM) and Military Construction (MILCON) projects, and other similar efforts at DOD facilities. The third component is Expert Energy, Water, and Utility Consulting including: fault analysis and quality assurance, metrics, process review, and recommendations for improvement. Tasking may include developing strategies to reach goals, program planning, identifying investment strategies, new technologies, legislative review, and impact assessment. Specific tasking may include re-commissioning support, life cycle cost analysis, maintenance plans, risk assessment, geotechnical mapping and surveying, failure analysis, environmental studies, content for Design/Build Requests for Proposal (RFP), and permit preparation. The Firm may be retained to provide post construction award services (PCAS) during installation and construction of utility distribution systems, large renewable projects, and other complex construction. Tasking may include third party quality control, Title II services, submittal review, and commissioning support. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool used to determine the availability and adequacy primarily of business sources prior to determining the method of acquisition and award. The Government is not obligated to, and will not pay for any information received from potential sources resulting from this sources sought. It is requested that interested businesses submit to the contracting office a brief capabilities statement package no more than 10 total printed single-sided letter-size pages (including cover letter and all attachments) with 10-point minimum font demonstrating ability to perform the requested services. Required format is Adobe Acrobat, plain text, or Microsoft Office Suite compatibility. This documentation shall address, at minimum, the following: (1) Relevant Experience performing work of similar scope and complexity within the last five years. Clearly identify roles and responsibilities as prime contractor, partner, subcontractor, consultant, or other. Lack of experience is not negatively counted or otherwise scored. (2) Company Profile including number of full and part time employees by category, qualifications and current employment status for Key Persons, office locations, System for Award Management Number (SAM) number, and statement regarding small business designation and status. Provide negative small business status and designation if applicable. Key Persons are individuals expected to work on the contract who have significant contract or project management responsibilities, and persons with specialized technical and field experience for work described in this solicitation. (3) Capacity to perform 20 or more task orders simultaneously at multiple worldwide locations with overlapping field work and deliverable dates. RESPONSES ARE DUE ON 7 December 2015, by 5:00 PM, PST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent via email to Contract Specialist Landon Thomas, landon.thomas@navy.mil and Contracting Officer Eric Ford, eric.l.ford2@navy.mil, Subj. Energy A and E Sources Sought. Questions or comments regarding this notice may be addressed to Landon Thomas at the above email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec7c57ec912362e692f0dd3287243eeb)
 
Record
SN03937873-W 20151106/151104234849-ec7c57ec912362e692f0dd3287243eeb (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.