DOCUMENT
C -- Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Engineering and Design Services located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide - Attachment
- Notice Date
- 12/3/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- Solicitation Number
- N6247016R6000
- Response Due
- 12/17/2015
- Archive Date
- 1/1/2016
- Point of Contact
- Heather L. Race
- E-Mail Address
-
r.race@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command, Atlantic (NAVFAC Atlantic), 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. The intent of this sources sought synopsis is to identify potential Small Business Administration (SBA) certified 8(a) Small Business, SBA certified Historically Underutilized Business Zone (HUBZone) Small Business, Service-Disabled Veteran-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business (EDWOSB), and Small Business firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Engineering and Design Services located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide. Projects will be in the primary area of NAVFAC Midlant, Southwest, Northwest, Southeast, and EURAFSWA; however, contract task orders may be placed for work on any DoD Activity worldwide. One IDIQ contract will be awarded as a result of this competition. 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 is not a solicitation but Sources Sought only. The type of design projects expected to be performed under the contract includes, but is not limited to: 500 series facilities as defined by UFC 2-000-05N (hospitals, dental clinics, medical clinics, veterinary clinics, laboratories, etc.) and will be predominantly for Sustainment, Restoration, and Modernization (SRM) projects, but may include MILCON projects and medical studies. Projects will be designed in accordance with criteria prescribed in the latest version of UFC 4-510-01 (Military Medical Facilities) and under the Architectural Barriers Act (ABA). Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, Design-Build RFPs, Design-Bid-Build plans (AutoCAD and BIM) and specifications (SPECSINTACT), cost estimates, related studies, field investigations, surveying and mapping, tests, evaluations, consultations, program management, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space comprehensive planning/design, conceptual designs, medical studies (e.g., Health Care Requirements Analysis, Deficiency Tabulations, Facility Utilization Studies, Economical Analysis, Project Books, Concept of Operations), value engineering, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), Commissioning, construction inspection and engineering consultation services during construction, and other related services. The services of qualified medical planner and medical equipment planner are required. Should a future requirement (s) evolve from this preliminary planning purpose, the Government intends to issue a Solicitation Notice and award one Firm Fixed Price (FFP), IDIQ contract with an estimated value of $25 million. The contract term will be a base year and four one year option periods. The task order projects will vary in magnitude. The NAICS code is 541310, Architectural Services. The small business size standard is $7.5 million. Statement of Capabilities submittal requirements: The Statement of Capabilities (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 details the firm s capability of providing the described services. The Government will evaluate sources capabilities based on the following: 1.Prime and key consultants recent experience (within the last 7 years) with regard to the services listed above, knowledge of pertinent regulations, and experience working within NAVFAC s Worldwide AOR. Provide up to five project examples within the past seven (7) years that demonstrate this experience. Provide at least two (2) phased medical renovation designs with a construction cost between $1M and $50M. Provide at least two (2) medical designs with a construction cost over $30M. 2.Professional qualifications and capabilities of the staff to be assigned to the resulting contract; include experience within the past 7 years in the types of work addressed above. Firms will be evaluated in terms of their staff s active professional registration, role expected to play in this contract and roles they played in the projects addressed in item 1 above. Differentiate between planning and design experience. 3.Provide a brief description on the management plan for this contract; in particular illustrate management s approach/plan for this contract and personnel roles in the organization, present workload and availability of the project team, provide the location of the office(s). 4.If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable professional qualifications and experience for each member, and to what extent your firm has worked with the proposed subcontractors in the past. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). A small business prime will be required to comply with FAR 52.219-14 which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract. SUBMISSION REQUIREMENTS: It is requested that interested firms submit to the contracting office a brief Statement of Capabilities (no longer than 20 pages in length) demonstrating their ability to meet and execute the requirements as set forth above, and including company or organization name and address, point of contact, telephone and facsimile number, email address; DUNS Number, Cage Code number, and indicating whether you are a SBA certified 8(a) Small Business, SBA certified HUBZone Small Business, SDVOSB, EDWOSB, and/or Small Business for NAICS code 541310. Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent projects, which 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 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 personnel that participated in the projects and their responsibilities. Provide your ability to meet the qualifications described above relative to your firm/team. Responses are due 17 December at 14:00 EST. The package shall be sent electronically to heather.race@navy.mil. This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. 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 purpose of verifying performance. Questions or comments regarding this notice shall be addressed to Heather L. Race either by email: heather.race@navy.mil or by telephone (757)322-8103.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247016R6000/listing.html)
- Document(s)
- Attachment
- File Name: N6247016R6000_FINAL_Sources_Sought_MEDICAL_SRM.pdf (https://www.neco.navy.mil/synopsis_file/N6247016R6000_FINAL_Sources_Sought_MEDICAL_SRM.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247016R6000_FINAL_Sources_Sought_MEDICAL_SRM.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247016R6000_FINAL_Sources_Sought_MEDICAL_SRM.pdf (https://www.neco.navy.mil/synopsis_file/N6247016R6000_FINAL_Sources_Sought_MEDICAL_SRM.pdf)
- Record
- SN03960179-W 20151205/151203234608-b5cd4967697ce6b200e80f7ad0800952 (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 |