Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2019 SAM #6574
SOURCES SOUGHT

99 -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEERING SERVICES FOR MECHANICAL, ELECTRICAL AND PLUMBING AT MCB CAMP LEJEUNE, NC AND MCAS NEW RIVER, NC

Notice Date
11/27/2019 11:26:44 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008520R4023
 
Response Due
12/16/2019 11:00:00 AM
 
Archive Date
06/15/2020
 
Point of Contact
Clifton Gaither, Phone: 91045125825229, Fax: 9104515629, Ryan McRacken, Phone: 91045125825225, Fax: 9104515629
 
E-Mail Address
clifton.gaither@navy.mil, ryan.mcracken@navy.mil
(clifton.gaither@navy.mil, ryan.mcracken@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for a proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small businesses. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Indefinite Delivery /Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Multi-Discipline Engineering Services, primarily for mechanical, plumbing, and electrical services. Work under the contract is anticipated to occur primarily at MCB Camp Lejeune and MCAS New River, North Carolina. However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion). These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, Federal Acquisition Regulation (FAR) Subpart 36.6. Comprehensive A-E services are required for the new construction, repair, replacement, demolition, alteration, and/or improvement of various types of facilities/systems. Types of facilities/systems may include, but are not limited to: personnel housing facilities (Bachelor Enlisted Quarters (BEQ) and Bachelor Officers Quarters (BOQ); recruit training barracks; office buildings; academic and training facilities (operational, maintenance and classroom); industrial maintenance facilities; medical and dental facilities; dining facilities; recreational facilities, child development centers; airfield operation facilities (hangars, traffic control facilities, lighting); and supporting facilities/systems such as utilities, water treatment plants, waste water treatment facilities, parking structures, roadways, mechanical systems, steam or hot water distribution systems, electrical distribution systems, chillers, boilers, ground source heat pumps, closed loop geo-thermal well systems, building automation systems, foundations for tanks, and HVAC systems. Projects may also include selective demolition and site preparation. Although this IDIQ is primarily for mechanical and electrical A-E services, projects may also include multiple or single disciplines, including but not limited to architectural, structural, mechanical, electrical, civil, planning, environmental studies, master planning, fire protection, audio visual, cost estimating, and interior design. Architect-Engineering Services that may be required under this contract include: (1) Studies, evaluations and testing with associated work; (2) Survey’s to include, but not limited to, electrical utility surveys; (3) Preparation of performance work statements, plans, specifications, and cost estimates; and (4) Asbestos and lead assessments may be required to determine the presence of asbestos or lead. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. Work on and around confined spaces may be required on this contract. A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, other hazardous materials, and confined spaces.A-E firms are required to prepare cost estimates, specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2016) utilizing the National CADD Standards format with NAVFAC specified modifications. 3D and BIM modeling may also be required on specific task orders. Selected firm will be required to provide documents in PDF format. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, some task orders under this contract will require the services of a licensed fire protection engineer or sub-consultant. The Government intends to award an IDIQ contract with a base period of one year plus four (4) one-year option periods (if exercised). Firm-Fixed Priced (FFP) task orders will be negotiated for this contract. The total term of the contract, including all options, will not exceed sixty (60) months. The Contractor may be required to continue performance for an additional period up to six (6) months under the Option to Extend Services Clause. In either case, the Government will not synopsize the options when exercised.The North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $15,000,000. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria.All Small Business concerns are encouraged to respond. The Government is not obligated to and will not pay for any information solicited and/or received. Respondents will not be notified of the results of this market analysis. One of the main functions of this Sources Sought is to assist the Contracting Officer in determining whether a Small Business concern set-aside is an acceptable strategy for this procurement.Notifications of interest must be submitted in writing via email; phone calls will NOT be accepted. Interested parties should respond as soon as possible but NO LATER THAN 2:00 p.m. 16 December 2019. Responses to this Sources Sought Notice shall be emailed to the following address: clifton.gaither@navy.mil . In your email, please indicate your interest, business size, Cage Code, DUNS Number and include the Sources Sought # N40085-20-R-4023. Questions will not be entertained at this time. Offerors can view and/or download the synopsis and solicitation, and any attachments, at https://beta.sam.gov when it becomes available.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4118bf9699a8420aa88ebb28a4669c1c/view)
 
Place of Performance
Address: 90482, NC, USA
Country: USA
 
Record
SN05505175-F 20191129/191204040843 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.