Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOURCES SOUGHT

99 -- IDIQ General AE Services Naval Station Great Lakes

Notice Date
10/8/2021 10:44:50 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008521R0123
 
Response Due
7/19/2021 11:00:00 AM
 
Archive Date
10/08/2021
 
Point of Contact
Demetrice Jenkins, Phone: 7573411973
 
E-Mail Address
demetrice.jenkins2.civ@us.navy.mil
(demetrice.jenkins2.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR INVITATION FOR BIDS.� THE NOTICE DOES NOT COMMIT THE GOVERNMENT TO ISSUE ANY TYPE OF SOLICITATION OR AWARD AN ULTIMATE CONTRACT.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� THE NOTICES DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH.� THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS NOTICE. � The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic is seeking eligible Small Business, 8(a),� HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disabled Women-Owned Small Businesses/Women-Owned Small Businesses capable of performing an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Architect/Engineer Services Projects at Naval Station Great Lakes and NOSCs within the AOR of a 450-mile radius of Naval Station Great Lakes.� This contract may be used in other parts of the NAVFAC Mid-Atlantic AOR and, rarely, worldwide. The intention of the potential solicitation is to obtain Engineering and Design Services for a wide variety of project types and sizes.� These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6.� The IDIQ contract will be for a five-year ordering period. The Contractor shall furnish all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all work associated with various projects ranging in size from $20,000.00 to $1,000,000.00 at assorted buildings and structures at Naval Station Great Lakes and NOSCs within the AOR of a 450-mile radius of Naval Station Great Lakes. Most projects will be new, repair, replacement, upgrade, maintenance, energy savings and/or sustainability projects covering the full range of the field of architecture and engineering for a wide variety of new and existing facilities and/or systems, utilities and infrastructure. The projects will include delivery of both Design-Build and Design-Bid-Build project design as well as AE-specific study/evaluation work.� The Multi-Discipline Architect and Engineering Services expected under this contract include, but are not limited to the following: Planning Services, including those associated with the development of project programming document (DD 1391), facility evaluations/site investigations, and cost estimation. Facility planning services, including: Project programming and scope development Conceptual pricing development Development of Alternatives including Economic Analysis Interior Space Planning/Design Collateral Equipment Inventories Facility analysis, including: General condition assessment including code compliance Energy utilization studies Life safety analysis Exterior and interior hazardous material surveys and analysis Site investigation services, including: Geotechnical investigation in support of foundation design recommendations Utility location/identification Site access studies Site topographic studies, including flood zones and fetch analysis Environmental soil sampling and analysis Traffic analysis Design Services, including development of either contract documents for Design/Bid/Build (DBB) or Design/Build (DB) Request for Proposal (RFP) packages for new construction and renovations of facilities, including, but not limited to: Multi-unit housing facilities Administrative facilities Training facilities, such as operational, maintenance, or classroom Industrial facilities, such as maintenance shops, manufacturing, public works shops, or warehouses Facilities that require phased construction due to operational requirements Construction Services, including submittal reviews, field consultation, and Operation and Maintenance Support Information (OMSI). Contractor submittal reviews Field consultation and inspections Obtaining permits and regulatory approvals The duration of the contract(s) will be for a five (5) year ordering period.� The total five year ordering period is will not exceed $10,000,000 for the life of the contract.� All Small Businesses, certified 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses are encouraged to respond.� Upon review of industry response to the Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest.� This office anticipates award of a contract for these services no later than February 2022.� The primary North American Industry Classification System (NAICS) Code for this procurement is 541330 � Engineering Services and the annual size standard is $16,500,000.�� THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSALS.� This notice is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought Notice.� It is requested that interested small businesses submit to the Contracting Office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum including document searchable bookmarks) demonstrating your ability to perform the requested services.� Please use the attached Project Information Form for each project submitted demonstrating the requisite experience.� The Sources Sought Project Information Form shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant design projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope and complexity to the projects proposed for this IDIQ.� This documentation shall address, at a minimum, the following: 1.�� Relevant Experience:� Relevant Experience to include MILCON experience and experience in performing efforts of similar scope and complexity within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein.� The relevant experience project submitted is defined as and shall include the following attributes: A)� Size:� Design of a construction project with an estimated construction cost of $1,000,000 or greater.� At least one (1) design of a construction project must have an estimated construction cost of $5,000,000 or greater.� B)� Scope/Complexity:� Projects, cumulatively and collectively, shall demonstrate design experience with the following: 1)� New construction of a building(s). 2)� Interior/exterior alteration or renovation of a building(s) that includes repairs to multiple building systems and infrastructures. Note:� Projects submitted that only include utilities and horizontal or civil site work will NOT be considered relevant. D)� Characteristics:� Additionally, submitted relevant design projects shall demonstrate the following characteristics: Offerors shall have acted as the Designer of Record (DOR) on submitted projects. Experience with design of both new construction (at least one (1) project) and renovation (at least one (1) project). Experience with the preparation of a solicitation package for design-build request for proposal (at least one (1) project). Experience with the preparation of a solicitation package for design-bid-build/full design (at least one (1) project). Offeror�s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract. Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements. 2.�� Workload and Availability: �The ability of potential offerors to manage their firm�s present workload and availability of their project teams (including consultants) for the specified contract performance period.� Potential offerors are requested to describe the workload/availability of their key personnel during the anticipated contract performance period and the ability of their firm to provide qualified backup staffing for key personnel to ensure continuity of services.� General statements of availability/capacity may be considered less favorably.� Typical task orders issued under this contract are expected to range between $20,000 and $1,000,000.� Historically, the yearly projected workload can yield up to 10 task orders ranging from, full design effort, planning, and post construction award services. 3.�� Limitations on Subcontracting:� Additionally, the Government will assess the firm�s ability to be compliant with FAR 52.219-14, Limitations on Subcontracting (March 2020) (Deviation 2020-O0008).� Potential offerors are requested to describe their plan to complete the work anticipated under this contract with qualified personnel and continuity of service that satisfies the requirements of FAR 52.219-14 (e)(1) under which the contractor 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. A company profile shall also be included utilizing the attached Contractor Information Form.� This will include the number of employees, office locations(s), DUNS number, CAGE Code, and statement regarding small business designation and status.� The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract.� The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable.� All information submitted will be held in a confidential manner and will only be used for the purpose intended.� Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE ON 19 July 2021 by 2:00 P.M. EDT.� LATE RESPONSES WILL NOT BE ACCEPTED.� The package shall be sent by email to the following address:� demetrice.jenkins2.civ@us.navy.mil.� Questions or comments regarding this notice may be addressed by email to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a246e1b8e9a2437eac622b47b05f28ee/view)
 
Record
SN06154966-F 20211010/211008230112 (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.