SOURCES SOUGHT
C -- INDEFINITE DELIVERY INDIFINTE QUANITITY (IDIQ) FOR ARCHITECT-ENGINEER SERVICES FOR HOUSING AND OTHER LODGING TYPE PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC PACIFIC
- Notice Date
- 6/27/2016
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274216R0005
- Response Due
- 7/12/2016
- Archive Date
- 7/27/2016
- Point of Contact
- MICHAEL JONES, (808) 471-3694
- E-Mail Address
-
Michael Jones
(michael.o.jones@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis. The intent of this synopsis is to identify potential 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC) under the North American Industry Classification System (NAICS) code, 541310 (Architectural Services), that are capable of performing design and engineering services for multi-family housing development type projects. The primary performance locations for the contract services are areas under the cognizance of NAVFAC Pacific. NAVFAC Pacific will use the responses to this Sources Sought synopsis to make the appropriate acquisition decision for the planned procurement. The planned contract type is an Indefinite Delivery-Indefinite Quantity type contract where work will be ordered via task orders on an as-needed basis. The anticipated contract duration will be for a base year and four one-year option years. The total amount that may be paid under this contract (including option years) will not exceed $30,000,000 for the entire contract term. Estimated construction cost of each project is between $25,000,000 and $100,000,000. Estimated date of contract award is January 2017. The Government anticipates awarding a single architect-engineer contract for this service. The contract will cover mainly new housing development projects. Interested qualified A-E firms shall submit a maximum of ten (10) relevant projects, which best demonstrate the firm s recent specialized experience in the design of new housing development projects. Each project shall include (1) project title; (2) location; (3) year completed; (4) project owner; (5) point-of-contact name, e-mail address, and phone number; (6) contract number or project identification number; (7) contract performance period; (8) contract award amount; (9) estimated construction cost; and (10) description of project and relevance to this solicitation. A project is defined as either a stand-alone contract or a single task order in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. For IDIQs, the Government will not evaluate information provided for an IDIQ contract and will only evaluate individual task order information. Firm s specialized experience shall include the design of relevant projects; i.e., new housing development projects, consisting of approximately 50 or more multi-family units (one- or two story), $10 million or more in construction value, completed within the past ten (10) years, and in tropical environments similar to Hawaii and Guam. Revitalization, renovation, addition, and repair projects will not be considered as relevant projects in the evaluation. Firm s specialized experience in the design of relevant projects consisting of 100 units or more (one- or two story), $10 million or more in construction value, completed within the past ten (10) years, and in tropical environments similar to Hawaii and Guam, will be considered more favorably. Interested qualified A-E firms shall also submit a maximum of five (5) relevant projects for each Project Architect or Project Manager, which best demonstrates their specialized experience and technical competence in the design of new housing development projects. Two (2) Project Architects or Project Managers shall be required. Possible Architect-Engineer services may include but are not limited to: Design and engineering services for housing and other architectural projects consist of, but are not limited to, Military Construction (MILCON) DD Form 1391 or similar project documentation; Functional Analysis and Concept Development (FACD)/design charrettes; Design-Build (DB) Request for Proposal (RFP) solicitation documents; Design-Bid-Build (DBB) Final Design contract documents; technical surveys and reports including site engineering investigation, topographical survey, geotechnical investigation, hazardous material survey, Munitions of Explosive Concern (MEC) survey, and others; construction cost estimates; Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF and E); and Post Construction Award Services (PCAS). PCAS consist of technical consultation during construction, including, but not limited to, review of construction submittals, site visits, operations and maintenance support information, record drawings, and other miscellaneous services. Offerors having the capability to perform this work are invited to submit its Statement of Qualifications (SOQ), limited to 20 pages (8 x 11 ), by 2:00 PM Hawaii Standard time, on 12 July 2016. The SOQ shall include company or organization name and address, point of contact, telephone and facsimile number, email address; DUNS Number, Cage Code number, and indicate whether you are a SBA certified 8(a) Small Business, SBA certified HUBZone Small Business, SDVOSB, EDWOSB, WOSB and/or Small Business for NAICS code 541310. Documents may be submitted via electronic mail to michael.o.jones@navy.mil or mailed to Mr. Michael Jones, NAVFAC Pacific (ACQ31), 258 Makalapa Drive, Suite 100, JBPHH, HI 96860-3134. Complete information must be submitted as the Government will not seek clarification of information provided. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey nor will respondents be contacted regarding information gathered. All information will be held in a confidential manner and will only be used for the purposes intended. No basis for claim against the Government shall arise as a result of this sources sought notice or Government use of any information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274216R0005/listing.html)
- Record
- SN04162495-W 20160629/160627234152-a835f7c96362aec785aa3350b0fec66d (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 |