Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2022 SAM #7576
SOURCES SOUGHT

C -- Manchester Research Station New Lab & Aquaculture Facilities

Notice Date
8/26/2022 8:22:51 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
 
ZIP Code
20910
 
Solicitation Number
NA-AJ5731-22-00358
 
Response Due
9/16/2022 11:00:00 AM
 
Point of Contact
Devin Banks, Phone: 3239843864, Michael Konchesky, Phone: 2402334131
 
E-Mail Address
Devin.Banks@noaa.gov, Michael.Konchesky@noaa.gov
(Devin.Banks@noaa.gov, Michael.Konchesky@noaa.gov)
 
Description
National Oceanic and Atmospheric Administration Northwest Fisheries Science Center � Manchester Research Station New Lab & Aquaculture Facilities Combined Sources Sought (SS)/Request for Information (RFI) � A.� Notice Type: � A.1 Sources Sought (SS)/Request for Information (RFI) No. ��������������������������������������������NA-AJ5731-22-00358 B. �Disclaimer: B.1 The purpose of this SS/RFI (as outlined in FAR 15.201(c) (7)) is to: 1) conduct market research pursuant to Federal Acquisition Regulation (FAR) Part 10 (Market Research), 2) canvass industry for innovative ideas and approaches for acquiring the ensuing described services, and to 3) identify businesses capable of performing the functions described herein.� B.2 The Government is requesting information regarding the availability and feasibility of attracting firms that are capable of providing Domestic (CONUS - Contiguous US (48 states and territories)) Early Contractor Involvement services (to support the government�s to be named later chosen A/E and construction firms) in support of the Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office (AGO), Corporate Services Acquisition Division (CSAD), Facilities Support Branch (FSB) requirements. B.3 This notice SS/RFI is issued solely for informational and planning purposes and does not constitute a future Request for Proposal (RFP) or a commitment on the part of the Government to release a solicitation for the services itemized below. B.4 Please note, responses to this SS/RFI are strictly voluntary and will not affect any respondent�s ability to submit an offer if, and when, an RFP is released. There is NO bid package nor solicitation document associated with this announcement. The requested information additionally does not constitute a commitment, implied or otherwise, that a funded procurement action is imminent. B.5 Feedback and/or evaluations will not be provided regarding informational submission packages in response to this notice.� Nor will any firm be entitled to remittance of payment(s) from the Government for direct or indirect costs, or resultant charges incurred as a result of any contractor information submission. B.6 Proprietary Information: The government shall not be liable for, or suffer any consequential damages for any improperly identified proprietary information. However, any and all proprietary information (if labeled as such) will be safeguarded in accordance with, and pursuant to, the applicable federal laws and regulations. C. Synopsis: C.1 The U.S. Department of Commerce�s (DOC), National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office (AGO) is seeking information on potential sources interested in, and capable of, providing services under North American Industry Classification System (NAICS) 541310 for Architectural Services (primary) and 541330 Engineering Services (secondary) for Early Contractor Involvement (ECI) design and construction services necessary to build out new lab and aquaculture facilities at the Northwest Fisheries Science Center (NWFSC) Manchester Research Station in Manchester, Washington. C.2 Background: The National Marine Fisheries Service (NMFS) Northwest Fisheries Science Center mission supports the conservation and management of living marine resources and their habitats in the Northeast Pacific Ocean. NMFS research assists resource managers in making sound decisions that build sustainable fisheries, recover endangered and threatened species, sustain healthy ecosystems, and expand domestic seafood production through sustainable marine aquaculture. C.3 Required Services: If or when an RFP is formally issued, A/E vendors will be solicited for offers that can apply an ECI services (in support of the government�s, to be named later, chosen A/E and construction firms) for Design/Build (D/B) delivery method and preconstruction services (as illustrated in Paragraph E below) and standard five (5) step design-build process services (i.e., team selection, project planning, design, construction, and post-construction) in accordance with the enclosed attached notional Scope of Work (SOW) and supporting documents and drawings for design and construction of: A new, energy efficient facility that will include modern laboratory facilities for data collection and research that focuses on understanding the life cycle of marine species and the impacts of ecosystem stressors on anadromous and marine fish and invertebrates. The facility will include but is not limited to the following program areas and facilities: � a.�������� Recirculating Aquatic System (fresh and saltwater) b.�������� WetLabs c.�������� DryLabs d.�������� Facility Storage e.�������� Gas Generation f.��������� Freezer Storage g.�������� Office Spaces h.�������� Electrical, Mechanical and Communication Spaces j. ����������Site work including utilities, sidewalks, parking, roadways, and landscaping k.�������� Hatcheries (specialized flow through aquatic systems for ocean� ����������� acidification and toxicology research, and recirculation aquaculture ���������� �systems)� ����� C.3.1 If an RFP is formally issued, ECI included Design/Build (D/B) support will be expected for all tasks - to include furnishing all professional services, labor, material, equipment and items/services, unless otherwise specified herein C.3.1.1 Pricing: If an RFP is formally issued, the price shall also include all costs for project general requirements such as labor; materials; equipment; professional services; premiums for insurance; workers compensation insurance; license, permit and inspection fees; overhead; General Administrative (G&A); applicable customs, duties and taxes; profit and all other fixed price items/services, or otherwise fixed-priced items/services necessary to complete the subject project. C.3.1.2 LEED Certification: The Government will pursue �certifiable� Leadership in Energy and Environmental Design (LEED) Green Building Rating System Administered by the US Green Building Council (USGBC).� The Contractor will be required to assist with meeting the LEED Silver criteria and provide all necessary documentation if an RFP is formally issued. C.4 Commissioning will be contracted separately by the Government.� The ECI Contractor will be expected to participate in the enhanced commissioning process to include the design, construction and closeout phases.� . �Also, the ECI Contractor will provide design and constructability reviews of the Furniture, Fixture and Equipment (FFE) design services (by others) - to include but not limited to utility and support configuration.� C.5 PLEASE TAKE NOTICE: The attached SOW is for the government�s preselected A/E firm and not specifically for the ECI support contractor.� It is merely designed to provide context as to the scale and complexity of the project for the ECI contractor selected if an RFP is formally issued. D. Place & Period of Performance: � D.1 Place of Performance: Manchester Research Station, Northwest Fisheries Science Center (NWFSC) - 7305 Beach Dr. East, Port Orchard WA 98366 Kitsap County, Washington, United States. Located on the Puget Sound approximately 10 miles from downtown Seattle, on a 22-acre site located on the west side of Puget Sound in Washington state. NWFSC Weblink: https://www.fisheries.noaa.gov/about/manchester-research-station-northwest-fisheries-science-center D.2. Period of Performance: The completion date for this award is 897 calendar days from award to construction completion as follows: E. Contract Type: E.1 Contract Type: NOAA/AGO looks to issue an RFP that will result in the award of one (1) stand-alone ECI included Design/Build (D/B) Fixed Priced Incentive (Successive Targets) (IAW FAR subpart 16.204 Fixed-price incentive contracts) construction contract that will cover both the design and construction phases of the requirements outlined in the enclosed attached draft SOW (Attachment 1). E.2 ECI Approach: If or when an RFP is officially issued, the solicitation intends to request preconstruction services and an option for construction services using the two-stage Early Contractor Involvement (ECI) approach as suggested in Figure 1: Outline of ECI Process below. Under the ECI approach, the Contractor will initially propose a price for preconstruction services during design, and after a certain level of project definition, will provide an Initial Target Price and Initial Target Profit for the construction option. The Contractor shall provide preconstruction consulting services to assist the AE working for the Government with the development of the design of the facility described in the SOW and supporting documents and drawings. As further indicated in the Figure 1 panels, these services may include advice on the time and cost consequences of AE design decisions based on market conditions, material availability, constructability, sequencing and other services as described in the SOW and supporting documents and drawings, in order to obtain the best quality facility possible within the Ceiling Price and the required delivery schedule. Upon completion of the Pre-Final design (i.e., 95% design submission) by the Government�s AE, the Government will provide the Pre-Final design package to the Contractor and the Government will request the Contractor to provide a firm fixed price proposal for the associated construction effort for that package. Then the Government and Contractor will negotiate a firm fixed price for the construction effort of the design package with the appropriate profit adjustments in accordance with FAR 52.216-17. The Government may then award the construction efforts for the design package. E.3. The description of the contemplated Contract Line Items (CLIN) structure is as follows: � CLIN 0001 � Base � Preconstruction Services for NWFSC Manchester Research Campus Addition Design Drawings and Specifications (to include Geotechnical Investigation and Furniture, Fixtures & Equipment [FF&E] Design) CLIN 0002 � Option 1: Construction Service for NWFSC Manchester Research Campus New Lab and Aquaculture Facilities (Buildings B, C and D) CLIN 0003 � Option 2: Construction Service for RAS , Hatchery & Storage Facilities; NWFSC Manchester Research Campus New Lab and Aquaculture Facilities (Buildings A) CLIN 0004 � Option 3: Furniture, Fixtures & Equipment [FF&E] � Procure & Install) E.1.3 A/E Firm Contract Restriction: PLEASE TAKE NOTICE: In compliance with federal guidelines and regulations, any design or construction firm affiliated with, or providing deliverables for the design phase effort of this project will be subject to FAR subpart 36.209 � i.e., ��no contract for the construction of a project shall be awarded to the firm that designed the project or its subsidiaries or affiliates, except with the approval of the head of the agency or authorized representative.� F.� Acquisition Schedule F.1 The approximate acquisition schedule is as follows: F.1.1 This Sources Sought/RFI notice will be posted on the Contract Opportunities page (formerly FedBizOpps) of the System for Award Management (SAM.gov) at https://sam.gov/content/opportunities for a minimum of fifteen (15) days. � F.1.2 Respondents must electronically submit requests for clarifications via e-mail (IAW Subparagraph H.6 below); along with a company profile, (in accordance with Paragraph G below), any additional supporting statement of capability and/or supplemental information/documentation germane to completion of the aforementioned project (as instructed in Paragraph H below), and key personnel qualifications (see Subparagraph G.1.3) in Portable Document Format (PDF) form no later the submission deadline prescribed in Paragraph M below. F.1.2.1 PLEASE TAKE FURTHER NOTICE: Paper copies of this notice will not be mailed to vendors. Nor will paper versions of information package submission be accepted by the Government as well. F.2 If this Sources Sought/RFI results in the issuance of an Request for Proposal (RFP) for the aforementioned design services, said RFP will initially be posted on the Contract Opportunities page (formerly FedBizOpps) of the SAM.gov in draft form approximately around or near, mid-to-late October 2022 - upon which potential offerors will have approximately thirty (30) days to submit proposals. F.3 Be advised that all RFP dates are approximations and will be subject to change; and that any change will be posted via the SAM.gov, Contract Opportunities page. It therefore will be the responsibility of any and all potential offerors to monitor that Government Point of Entry (GPE) for any changing information pertaining to this Sources Sought/RFI notice and future solicitations. G. Information Submission Requirements: G.1 It is requested that firms provide the following information: G.1.1 Cover Page: For the Government�s quick reference, respondents must complete Attachment 2 (Sources Sought/RFI Cover Page) and utilize it as a coversheet for the capability statement and other pertinent information requested in subsequent paragraphs. G.1.2 Capability Statement: The anticipated NAICS codes assigned to this procurement is 541310 for Architectural Services (primary) and 541330 Engineering Services (secondary). Interested parties must demonstrate in a basic three (3) to six (6) page well-spaced text capability statement encompassing elements and features such as: an introduction and company overview; core competencies; description of products and/or services; subcontracting plans; previous significant projects and performance, especially projects of ��� ����������� a similar nature and size; previous experience with early contractor involvement or ����������� construction management at-risk (CMAR) project deliveries; management profile/s; major clients; contact details; and how the firm is qualified to perform (or subcontract, partner, or Joint � ����������� Venture (JV)) the work outlined in Attachment 1. G.1.3 Additional Information: An additional five (5) to ten (10) pages of information may be submitted at the respondent�s discretion (e.g., sales brochures, video links, other marketing information materials, etc.) to supplement the information provided under Subparagraphs G.1.1, and G.1.2; or furnish innovative ideas and approaches for acquiring the services described herein. Said additional information should support the firm�s ability to provide: G.1.3.1 Professional services of a construction engineering nature: � Which are required to be performed or approved by a person licensed, registered, or certified to provide the services as described in subparagraph G.1.3.1(ii) and G.1.3.2 below; and/or � Performed by contract that are associated with research, planning, development, design, construction, alteration, or repair of real property. G.1.3.2 Other professional services of an architectural or engineering nature, or incidental services, which members of the architectural and engineering professions (and individuals in their employ) may logically or justifiably perform, including: studies, investigations, surveying, mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, value engineering, construction phase services, soils engineering, drawing reviews, preparation of operating and maintenance manuals, and other related services. H. Additional Information & Instructions� H.1 This Sources Sought/RFI incorporates provision 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) as prescribed by FAR subpart 15.209(c). H.2 Projects managed under this effort will require selected offerors to perform both A/E and/or construction services that comply with all federal, state and local labor, A/E and construction statutes. H.3 Subcontracting Plans: Per 48 CFR � 36.204 (Disclosure of the magnitude of construction projects) the project�s price ranges above $10,000,000.� Therefore according to 48 CFR � 19.704 (Subcontracting plan requirements), if you are not a small business, NOAA/AGO requests vendors disclose, or be prepared to discuss 1) a description of the principal types of supplies and services your firm typically subcontracted for in the past, and identification of the types of supplies or services planned to be subcontracted to small businesses 2) a� description of the method used to develop the firms subcontracting goals; and 3) a description of the method used to identify potential small business sources for solicitation purposes. H.4 Potential offerors shall have an active registration in the System for Award Management (SAM) database at https://www.SAM.gov.� H.4.1 PLEASE TAKE FURTHER NOTICE: All interested companies must have an active registration in SAM.gov and not identified on the Excluded Party List. H.5 The enclosed attached draft SOW (Attachment 1) may change if an RFP is issued - however, the core requirements will not change. H.6 Questions, recommendations, and comments are highly encouraged/welcomed and should be annotated on the attached Question/Answer Spreadsheet (Attachment 3) and submitted to the NOAA POCs (identified below) by the prescribed submission deadline in Paragraph M below. H.6.1 NOTE: Telephone inquiries will not be accepted or acknowledged. H.7 Small business respondents must specify which of the following SBA socio-economic categories they belong to: Small Disadvantaged Business HUBZone Woman-Owned Business Small Business 8(a) Business Development Program Veteran Owned Business Small Business Service-Disabled-Veteran-Owned Small Business � H.7.1 NOTE: If significant subcontracting or teaming is anticipated in order to deliver technical capabilities, respondents must address the administrative and management structure of such arrangements with each submission. � H.8 Prospective offerors should appropriately mark any data that is �proprietary, business sensitive� or deemed �restricted data rights�- IAW FAR Part 27 - Patents, Data, and Copyrights. H.9 Include any other specific and pertinent information that would enhance the government�s consideration and evaluation of the information submitted as it may pertain to this particular area of procurement. I. Data Analysis � I.1 Taking into consideration the fact that the information requested for this notice will not result in a funded procurement action, submissions of interest will mostly serve to ascertain potential market capacity, and reveal a vendor pool (for small business set-aside and full-and-open competition purposes) capable of executing ECI included D/B services: � consistent in scope and scale with those described in enclosed attached draft SOW (Attachment 1) to include limitations on subcontracting � as small business contractors are required to self-perform as primes, for a specific percentage of the work (as measured by the cost of the work) of 15% for general construction, and 25% for construction by specialty trade (FAR 19.505 and FAR 52.219-14); � that can secure and apply the full range of, or comply with statutory limits for corporate financial, human capital, and technical resources required to successfully perform similar requirements; and � the ability to incorporate small businesses into the firm�s execution strategy. � J.� Points of Contact (POC) � Primary Secondary Devin D. Banks IMSolutions LLC Contract Specialist (NOAA) Acquisitions and Grants Office Mobile: (323) 984-3864 devin.banks@noaa.gov Michael Konchesky Contracting Officer Facilities Support Branch FEO - Eastern WRC - Construction NOAA Acquisition and Grants Office: (240) 233-4131 michael.konchesky@noaa.gov� L. Attachments/Enclosures � Attachment 1: NWFSC Manchester New Lab & Aquaculture Facilities ����������������������� Construction - Notional SOW Attachment 2: NWFSC Manchester New Lab & Aquaculture Facilities ����������������������� Construction - Drawings Attachment 3: RFI Response Cover Sheet Attachment 4: RFI Question & Answer (Q/A) Form M. Submission Deadlines: M.1 Requests for clarifications and questions must be submitted in writing, by e-mailing a completed Attachment 3: RFI Question & Answer (Q/A) Form (IAW Paragraph H.6) to Devin D. Banks� devin.banks@noaa.gov; and �Michael Konchesky, michael.konchesky@noaa.gov �no later than 1:00 PM., EST/EDT, on Friday, September 09, 2022.� Anticipated answers to question will be posted on SAM.gov by Wednesday September 07, 2022 � M.2 ALL SUBMISSIONS MUST BE RECEIVED ELECTRONICAL VIA E-MAIL (IAW Paragraph G) TO Devin D. Banks AT devin.banks@noaa.gov; �and� Michael Konchesky, michael.konchesky@noaa.gov �BY Monday, September 16, 2022. � THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/761be459396e4b9b9be9ae323539e097/view)
 
Place of Performance
Address: Port Orchard, WA 98366, USA
Zip Code: 98366
Country: USA
 
Record
SN06443504-F 20220828/220826230128 (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.