Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

C -- Architect Engineering IDIQ, NAVFAC SE - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
Solicitation Number
N6945017R0117
 
Response Due
9/15/2017
 
Archive Date
9/30/2017
 
Point of Contact
Stephen Sparks
 
E-Mail Address
ses
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NUMBER N69450-17-R-0117 THIS IS A SOURCES SOUGHT ANNOUNCEMENT/ MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. In order to protect the procurement integrity of any future procurement (if any) that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Naval Facilities Engineering Command Southeast, (NAVFAC SE) is conducting market research of industry to identify potential firms, with current relevant qualifications, experience, personnel, and capability to perform services required for a Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for: PROFESSIONAL ENGINEERING SERVICES FOR PREPARATION OF DESIGN-BID-BUILD DOCUMENTS AND DESIGN-BUILD REQUEST FOR PROPOSALS FOR VARIOUS PROJECT TYPES AT DoD AND NON-DoD ACTIVITIES IN THE AREA OF RESPONSIBILITY SERVED BY NAVAL FACILITIES ENGINEERING COMMAND, SOUTHEAST The anticipated firm fixed price indefinite delivery indefinite quantity contract will not exceed $30M over the life of the contract. The contract shall be structured to include a base period of 12 months and four one-year option periods. The contract shall not exceed 5 years or $30M with a minimum guarantee of $20,000. Task orders for this contract are anticipated to be for design work associated with construction projects up to $25M, although larger projects may be included. Multiple projects may be packaged into a single construction contract. The NAICS code for this contract 541330 and the size standard is $15M. This sources sought is for services that will primarily be required in Alabama, Andros Island Bahamas, Arkansas, Florida, Georgia, Guantanamo Bay Cuba, Kansas, Louisiana, Mississippi, Missouri, Oklahoma, South Carolina, Tennessee, and Texas. It is anticipated that most work will be in the Southeast AOR; however, the contract may also be used at other DoD or non-DoD facilities in the geographic area for which NAVFAC Southeast performs work. These actions will be decided on a case-by-case basis approved by the contracting officer. Required Architect/Engineering (A/E) services may include, but are not limited to, architectural and engineering services for preparation of Design-Bid-Build documents (100% plans and specifications) and Design-Build Requests for Proposals (RFPs). The A/E may be required to assist in evaluating Design-Build proposals and reviewing Design-Build contractor s design and construction submittals to ensure they meet the performance requirements of the RFP. Services may also include field investigation and facility damage assessments after hurricanes or other storm events. Specific duties include architectural programming, geotechnical investigation, surveying, cost estimating and DD 1391 preparation, and other preliminary project documentation. The projects associated with this contract shall involve any combination of the architectural, civil, structural, mechanical, fire protection, environmental and electrical engineering disciplines. If needed, studies and collateral equipment lists shall also be included. All new projects in this contract will include either initiatives to seek certification under the US Green Building Council s Leadership in Environmental Engineering and Design (LEED ) with a goal of achieving LEED Silver certification or Green Building Initiative (GBI) Guiding Principles Compliance (DoD versions only). Note: NAVFAC now requires all new general building construction projects to follow the UFC 1-200-02 High Performance and Sustainable Building Requirements (HPSB), Revision 01, 01 December 2016. All work shall be done in English units, as directed by the Government. Selected firms will not be able to propose on design-build task orders for which the firm or any of the firms subcontractors have assisted the Government in the preparation of the Design-Build technical statement of work or plans and specifications. Special qualifications include, but are not limited to: The AE must be familiar with current NAVFAC A-E criteria/regulations, guidelines, and procedures and demonstrate the ability to handle work under strict deadlines. A/E firms that do not have full in-house capability must also have the capability to manage sub-contractors and ensure quality control. The A/E must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to ensure that a quality product is produced. Supervisory and/or key personnel should have Professional Engineer (PE) or Registered Architect (RA) certifications. A mechanical engineer and an architect of the proposed design team shall demonstrate successfully designing a project (as engineer/architect of record) that received as a minimum LEED Silver certification from the US Green Building Council. Teams must consist of the following Disciplines (whether in-house or consultants): (1) Project Manager (2) Civil Engineers (3) Waterfront Engineers (4) Structural Engineers (5) Architects (6) Mechanical Engineers (7) Electrical Engineers (8) Fire Protection Engineers (9) Environmental Engineers (10) Communications Distribution Engineers (11) Cost Estimators (12) Geotechnical Engineers (13) Roofing and Waterproofing (RRC) (14) Interior Designers (NCIDQ) (15) Surveyors (PLS) and Technicians Projects designed under this contract may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. All interested firms shall: 1.Have NAICS 541330, Architectural Services, as an approved NAICS code. 2.Answer all of the questions in detail, as noted on the Market Research Questionnaire. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or whether to issue as full and open competition (unrestricted). Please limit your response to five pages or less. Completed questionnaires shall be submitted to stephen.sparks@navy.mil. All responses are due by 15 September 2017 at 2:00PM (ET).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/14c2de78c356de70cdaa9eb8b0d39726)
 
Document(s)
Attachment
 
File Name: N6945017R0117_Sources_sought.pdf (https://www.neco.navy.mil/synopsis_file/N6945017R0117_Sources_sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6945017R0117_Sources_sought.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04618489-W 20170810/170808233011-14c2de78c356de70cdaa9eb8b0d39726 (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.