Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2020 SAM #6695
SOURCES SOUGHT

C -- A-E Support Services IDIQ

Notice Date
3/27/2020 10:01:15 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NSWC DAHLGREN DAHLGREN VA 22448-5154 USA
 
ZIP Code
22448-5154
 
Solicitation Number
N0017820Q4405
 
Response Due
4/10/2020 11:00:00 AM
 
Archive Date
04/30/2020
 
Point of Contact
Alex Cooper, Phone: 5402840173, Daniel Belcher, Phone: 5406534205
 
E-Mail Address
alexander.cooper2@navy.mil, daniel.belcher@navy.mil
(alexander.cooper2@navy.mil, daniel.belcher@navy.mil)
 
Description
This sources sought is being posted to the Government Point of Entry located at beta.sam.gov. Scope of Work: The Naval Surface Warfare Center Dahlgren Division (NSWCDD) intends to issue a solicitation for a Single Award Indefinite Delivery/Indefinite Quantity contract in support of A-E design services in support of various projects at NSWCDD, Dam Neck, Wallops Island and the Naval Observatory.� The requirement of the A-E IDIQ is to provide new construction, renovation, repair, replacement, demolition, alteration, and/or improvement of facility/infrastructure projects. Projects may include single or multiple disciplines, such as:� structural, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating, and/or geotechnical services. The types of projects may include:� building renovations; building additions; site work required to support new work; new construction; roads; parking areas; bridges; foundations; retaining walls; failure investigation including destructive and non?destructive testing; seismic evaluation and design; progressive collapse analysis; blast resistant design; structural engineering investigations; utility systems including sanitary and storm; water systems; storm water management; sediment and erosion control; earthwork; surveying; pavement design; and civil engineering studies; electrical and HVAC design for renovations or new facilities. See attached Draft PWS for additional detail of the requirement. Period of Performance:� The contract will provide for a five year ordering period.� Request for Capability Statements: At this time, a determination has not been made to set-aside this procurement. Responses to this Sources Sought will be evaluated and used to determine the set-aside status of this requirement. Interested Small Businesses are invited to submit capability statements. Capability statements shall not exceed 10 pages, not including resume summaries and shall include the following items: (1) Sources Sought announcement number you are applying to and a description of the Offeror's capabilities relating specifically to the attached draft SOW specifically addressing relevant experience and understanding of the work for which this acquisition will support; (2) A company profile including the Cage Code and a statement regarding current Small Business status (including all applicable categories of Small Business: Service-Disabled Veteran-Owned Small Business, HUBzone, 8A, Woman-Owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Veteran-Owned Small Business or Small Disadvantaged Business). (3) The specific qualifications, capabilities, and experience of the Contractor's personnel available to support this effort, including the personnel's security clearance level. Identify whether individuals are employees of the Offeror or of a planned team member (Sub-contractor) and identify the planned team member; (4) A description of the Offeror's ability to meet each of the mandatory requirements, if identified; (5) Specific past performance on same or similar size and scope of work performed by the Offeror as a Prime Contractor within the past five (5) years, including a description of the services provided, the dollar value of the effort, and the contract number; (6) List prospective Sub-contractors and provide a statement with metric that contain sufficient information concerning the ability to meet the Government limitations in FAR 52.219-14 Limitations on Sub-contracting. (7) Interested Offeror(s) shall identify any potential �similarly situated entity� arrangements being considered. A �similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. If �similarly situated entity� subcontracting is contemplated, the capability statement shall contain detailed information concerning the planned �similarly situated entity� subcontracting/consulting arrangement(s) (including proposed work share, DUNS number(s), and all applicable categories of Small Business status) to assure the Government that the limitations of FAR 52.219-14, Limitations of Subcontracting (DEVIATION 2019-O0003), can be met for each contract period. The limitations identified in the aforementioned clause require the Offeror/Contractor to agree that in the performance of the resultant contract it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded. Responsible sources may identify their interest and capability which shall be considered by the agency. This notice is NOT a request for competitive proposals.�� A determination by the Government to set-aside the proposed requirement based upon responses to this notice is solely within the discretion of the Government.�� Information received will normally be considered solely for the purpose of determining whether to conduct a Small Business set-aside procurement.� This notice is a sources sought and does not constitute a Request for Proposal (RFP) and it is not a commitment by the U.S. Navy to procure the subject services. No telephone responses will be accepted. Contractor responses received after the advertised due date and time will NOT be considered for purposes of set-aside determination. No exceptions to this receipt deadline shall be granted under any circumstances. Responses must be received no later than 2:00PM EST on 30 March 2020 via e-mail to alexander.cooper2@navy.mil and Daniel.belcher@navy.mil.� Responses should reference N0017820Q4405. Questions or clarifications:� All questions are to be submitted via email to alexander.cooper2@navy.mil and Daniel.belcher@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9b5f3b217ee4fc088b551db9eb352e1/view)
 
Place of Performance
Address: Dahlgren, VA 22448, USA
Zip Code: 22448
Country: USA
 
Record
SN05603074-F 20200329/200327230151 (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.