DOCUMENT
C -- C--Interior Design Services Sources Sought Notice, A-E IDIQ, NAVFAC Southwest, San Diego, California - Attachment
- Notice Date
- 6/27/2016
- Notice Type
- Attachment
- NAICS
- 541410
— Interior Design Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn Code RAQ20 1220 Pacific Highway San Diego, CA
- Solicitation Number
- N6247316RINTD
- Response Due
- 7/12/2016
- Archive Date
- 7/27/2016
- Point of Contact
- Elliott Penetrante 619-532-2967
- Small Business Set-Aside
- N/A
- Description
- The modification to the Sources Sought is to correct the subject line to correctly identify the Sources Sought for Interior Design Services. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Businesses, Economically Disadvantaged Woman-Owned Small Businesses and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government ™s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the market research. Naval Facilities Engineering Command Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and/or Service-Disabled Veteran-Owned Small Business (SDVOSB) sources with current relevant experience, personnel, and capability to perform the Architect/Engineering (A-E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Interior Design Services at various Navy and Marine Corps Installations in the NAVFAC SW Area of Responsibility (AOR) (California, Arizona, Nevada, Colorado, New Mexico, and Utah) and the NAVFAC Pacific AOR (Hawaii, Japan, and Guam). The goal of this announcement is to obtain information on available A-E firms who can provide Interior Design services to support NAVFAC ™s capital improvement program. It is essential the A-E firm has comprehensive understanding of the Industry Design Codes and Standards and the Department of Defense Unified Facilities Criteria (UFC); such as, Antiterrorism, Energy and Sustainable Design, Safety and Health Requirements criteria. A-E services required: The work will primarily include preparing Comprehensive Interior Design (CID) for various types of facilities. CID includes Structural Interior Design (SID) and Furniture, Fixtures and Equipment (FF and E) Interior Design. SID includes selection and coordination of interior finish materials that are integral to or attached to the building structure. FF and E interior design includes design, selection, specification, color coordination, and procurement documentation of the required items. SID packages will typically include furniture floor plans, finish schedules, and any supporting interior elevations, details, or plans necessary to communicate the building finish design and build out. FF and E packages will typically include placement plans, ordering and finish information on all freestanding furnishings and accessories, cost estimates, and best value determinations. Additional services may include the following: developing the collateral equipment and FF and E budget for DD1391 planning and programming documents; preparation of the interior design portion of a design-build Request for Proposal (RFP) package, including developing the FF and E requirements and budget for the project; post-award review of a design-build contractor ™s CID submittals; verification of equipment and finishes during building construction; consultation during FF and E procurement, delivery, and installation; supervision of furniture assembly and placement; developing standards for FF and E for a program or group of projects; and other related consultation. Preparation of all interior design deliverables shall be in accordance with UFC 3-120-10, Interior Design. FF and E specifications shall be based on NAVSUP blanket Purchase Agreements (BPA), GSA schedules, and other Federal contracts. Type of buildings/facilities may include, but are not limited to, administration buildings, academic facilities, maintenance facilities, bachelor enlisted/officer quarters, recreational facilities, dining facilities, medical facilities, and consolidated clubs. The North American Industry Classification System (NAICS) Code is 541410 (Interior Design Services) with a Small Business Size Standard of $7.5 million. The proposed contract will be for one base year with four one-year renewable options, resulting in the contract performance period of five years. The estimated total contract price for the base year and all option years combined is $5,000,000. The maximum value of individual task orders would be $400,000. The minimum value of individual task orders would be $5,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, Economically Disadvantaged Woman-Owned Small Business and/or Service-Disabled Veteran-Owned Small Business sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner: Part I - Contract Specific Qualifications: Note: In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Complete Section A - Contract Information. Complete Section B - A-E Point of Contact. In addition to name of firm in Block 5, provide your firm ™s Dun and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), SBA Certified HUBZone, SDVOSB, EDWOSB or Small Business. A set-aside cannot be reasonably determined without size and socio-economic designations. Section E - Resumes: Provide resumes for the proposed Program Manager and two (2) additional key personnel that would be responsible for completing the required A-E services. The Program Manager shall be on staff of the prime A-E firm. Include the geographic office location of the individual on the resume. The proposed Program Manager and one (1) other proposed key personnel shall be certified Interior Designers. Acceptable certifications are a National Council for Interior Design Qualification (NCIDQ) certification or a state and/or jurisdiction Interior Design Certification, Registration, or License. At least one of the key personnel shall demonstrate relevant experience with specifying FF and E using GSA and NAVSUP BPAs for projects on government installations. Key personnel shall be proficient in the latest versions of AutoCAD and/or Revit. Key personnel shall not be affiliated with any furniture dealership, vendor, or manufacturer. Each resume must include a minimum of three (3) and maximum of five (5) specific, recently or substantially completed projects that best illustrate the individual member ™s qualifications in performing the required A-E services. For each project, the individual must describe his/her role and responsibilities, specific interior design services performed, and provide the completion date of the services. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract; do not submit general IDIQ contracts as experience. Recent is defined as professional services completed within the last 5 years prior to the source sought announcement due date. Projects due to be completed by August 2016 will be considered substantially complete. Completion date is defined as the date that the final interior design package is complete and ready for purchase and installation. A-E services as defined in this sources sought do not include construction support services or inspection during construction. Projects not meeting these requirements will not be considered. Section H - Additional Information: On a maximum of three (3) pages, list a minimum of five (5) and maximum of ten (10) specific, recently or substantially completed projects that demonstrate the prime A-Es experience in the required A-E services. Firms must demonstrate relevant experience with specifying FF and E using GSA and NAVSUP BPAs for projects on government installations. Include the project title, location, completion date (month and year) and descriptions of the interior design experience related to the required A-E services. Also include the design fee for the interior design portion of the work. The firm should demonstrate that they are capable of performing work at the higher end of the proposed task order range for this contract. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as professional services completed within the last 5 years prior to the source sought announcement due date. Projects due to be completed by August 2016 will be considered substantially complete. Completion date is defined as the date that the final interior design package is complete and ready for purchase and installation. A-E services as defined in this sources sought announcement do not include construction support services or inspection during construction. Projects not meeting these requirements will not be considered. Section H - Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing Location and one addressing Capacity. Entitle the first paragraph Location and within that paragraph indicate the location of the firm ™s main office and branch offices, and describe the team ™s knowledge of and availability to work in the proposed geographical area, and the ability of the firm to ensure timely response to requests for on-site support at military installations in the NAVFAC SW and Pacific AORs and at NAVFAC Southwest offices in San Diego, CA. Entitle the second paragraph Capacity and within that paragraph indicate the number of employees within the prime A-E firm responsible for providing interior design services (not other architecture or engineering disciplines or administrative staff), and address the firm ™s capacity to accomplish multiple task orders simultaneously. The Offeror/Contractor must demonstrate adequate in-house staffing capacity to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219.14 (b)(1) Limitation on Subcontracting. Section I - Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Part II General Qualifications: Complete SF330 Part II - General Qualifications for the Prime Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (Pacific Standard Time) on July 12, 2016. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Elliott Penetrante, Code RAQ20.EP, 1220 Pacific Highway, San Diego, CA 92132-5190 OR email your response, in a PDF format, to elliott.penetrante@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with N62473. Additional Info: https://www.neco.navy.mil Contracting Office Address: N62473 - NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA 92132 Point of Contact(s): Elliott Penetrante, Contract Specialist, Email: elliott.penetrante@navy.mil; 619-532-2967.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247316RINTD/listing.html)
- Document(s)
- Attachment
- File Name: N6247316RINTD_N6247316RINTD_Interior_Design_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247316RINTD_N6247316RINTD_Interior_Design_Sources_Sought.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247316RINTD_N6247316RINTD_Interior_Design_Sources_Sought.pdf
- File Name: N6247316RINTD_N6247316RINTD_SF330_for_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247316RINTD_N6247316RINTD_SF330_for_Sources_Sought.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247316RINTD_N6247316RINTD_SF330_for_Sources_Sought.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247316RINTD_N6247316RINTD_Interior_Design_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247316RINTD_N6247316RINTD_Interior_Design_Sources_Sought.pdf)
- Place of Performance
- Address: 1220 Pacific Highway, San Diego, CA
- Zip Code: 92132
- Zip Code: 92132
- Record
- SN04162638-W 20160629/160627234317-98ed2bd37d092dfc4d19681ce552235c (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 |