Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

C -- Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Fire Protection Engineering Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah but may include work worldwide

Notice Date
1/5/2023 2:26:58 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-23-R-FPSS
 
Response Due
1/26/2023 2:00:00 PM
 
Point of Contact
Larry Romig, Phone: 6197054634
 
E-Mail Address
larry.g.romig.civ@us.navy.mil
(larry.g.romig.civ@us.navy.mil)
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Woman-Owned Small Businesses (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The Sources Sought Synopsis is one facet in the Government�s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the market research. Naval Facilities Systems Engineering Command SW (NAVFAC SW) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources with current relevant experience, personnel, and capability to perform the Architect-Engineer (A-E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Fire Protection Engineering Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah but may include work worldwide. The preponderance of work will be in Southern California. The goal of this announcement is to obtain information on available A-E firms who can provide Fire Protection Engineering services similar to those anticipated under this contract. Primary A-E services include: Preparation of Fire Protection Engineering Surveys and Site Investigation (e.g. fire risk/hazard analysis, life safety code analysis, fire modeling and engineering documentation, antiterrorism, water flow testing, inspections and test of fire protection systems, and final acceptance testing of all types of installed fire protection systems), fire protection design features including life safety analysis, building and fire code analysis, including water supply analysis at proposed project sites; Studies; Design-Bid-Build (DBB) construction contract packages (i.e., full plans and specifications); and Requests for Proposals (RFP) for Design Build (DB) projects.� Fire Protection surveys shall be conducted within the guidelines established by OPNAVINST 11320.23G, UFC 3-600-01 and UFC 3-601-02. Secondary A-E services include: cost estimates; construction Contract support services (CCSS) or post construction award services (PCAS); technical reviews of government-prepared RFP packages for DB projects and/or fully designed plans and specifications for DBB projects; preparation of planning and programming support documents (such as DD1391 documents); incidental mechanical, electrical, architectural, civil, structural, geotechnical, and environmental work; identification and abatement methods for existing asbestos-containing materials, lead-based paint, and other hazardous materials Types of projects that are similar in scope include: New construction, major repair/renovation of fire protection systems for various facilities: fire sprinkler systems (wet-pipe, dry-pipe, pre-action, high speed deluge, and ultra-high speed deluge); fire protection system water supply storage and distribution systems (fire pumps, tanks, fire hydrants, standpipes, pre-action, backflow prevention devices and underground water mains); fire suppression systems (foam and foam-water Systems, low and high expansion aqueous firefighting foam (AFFF) systems, gaseous systems (carbon dioxide and clean agents), kitchen fire suppressions systems, heat and combustion product removal/venting systems, halon systems and dry/wet chemical systems �and water spray and water mist systems); Ignitable Liquid Drainage Floor Assembly (ILDFA). Types of fire alarm and detection system projects may include, but are not limited to: building evacuation systems, mass notification systems, interior/exterior fire alarms, nitrogen generation system, fire reporting systems, and building emergency controls and interfaces. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $25,500,000. The proposed contract will be for a total performance period of five years. The estimated total contract price is $30,000,000. The minimum value of individual task orders executed under this contract is $20,000. The maximum value of individual task orders executed under this contract is $1,500,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner: Part I � Contract Specific Qualifications: Note: In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC SW may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Complete Section A � Contract Information. Complete Section B � A-E Point of Contact. In addition to the name of the firm in Block 5, provide your firm�s Unique Entity Identifier (UEI) and state if your firm is SBA certified 8(a), SBA Certified HUBZone, SDVOSB, WOSB and/or Small Business (identify all that apply). A set-aside cannot be reasonably determined without size and socio-economic designations. Section E � Resumes: Provide a maximum of five (5) resumes for key personnel that would be responsible for completing the required services. At a minimum, provide three (3) Fire Protection Engineers.� All three (3) Fire Protection Engineers shall be on the staff of the Prime A-E firm and must be a professionally registered engineer. �All key personnel must include the state where the registration was issued (if applicable), registration number, expiration date of registration, and geographic office location for each proposed key personnel member. Each resume must include a maximum of five (5) specific, recently completed projects that best illustrate the individual member�s qualifications in performing the listed A-E services. For each project, the individual must describe how significant his/her role and responsibilities were in the services, specific services performed by the individual, and provide the completion date (month and year) of the services. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. �Recent� is defined as professional A-E services completed within the past five years prior to January 26, 2023. �Completion date� is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may not be considered. Section H � Additional Information: On a maximum of three (3) pages, list a maximum of ten (10) specific, recently completed projects that demonstrate the overall team experience in the required A-E services. At a minimum, each project description shall include the project title, cost, completion date (month and year) and how each project reflects experience in the required primary and secondary services. Include the A-E fee for the services performed. For the purposes of this evaluation, relevant projects are further defined as types of projects specified in this solicitation, with an A-E fee of $20,000 or greater.� Include the following: A minimum of one (1) project shall demonstrate relevant experience with projects having professional fees of $100,000 or greater. A minimum of one (1) project shall demonstrate relevant self-performed experience with performing studies, surveys of existing fire protection system that includes testing and providing recommended repairs/alterations. A minimum of one (1) project shall demonstrate relevant self-performed Design-Bid-Build experience (i.e. full plans and specs, not just PCAS services) with a new fire protection system and life safety features for a building/facility. A minimum of one (1) project shall demonstrate relevant self-performed Design-Bid-Build experience (i.e. full plans and specs, not just PCAS services) with renovation/repair of fire protection system and life safety features for a building/facility. A minimum of one (1) project shall demonstrate relevant self-performed experience with the preparation of a Request for Proposal for Design-Build that consists of a fire protection system and life safety feature for a new building/facility. Note: A single project may satisfy more than one of the above minimum requirements. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. �Self-performed� is defined as performing relevant architectural-engineering work in-house without subconsultants/subcontractors. Relevant work is that which is the same or similar to the primary services that may be ordered under this contract. �Recent� is defined as professional A-E services completed within the past five years prior to January 26, 2023. ��Completion date� is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may not be considered. Section H � Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing �Location� and one addressing �Capacity.� Entitle the first paragraph �Location� and within that paragraph indicate the location of the firm�s main office and branch offices, and describe the team�s knowledge of and availability to work in the proposed geographical area, and the ability of the firm to ensure timely response to requests for onsite support at military installations within the NAVFAC Southwest AOR and at NAVFAC Southwest offices in San Diego, CA. Entitle the second paragraph �Capacity� and within the paragraph indicate the number of employees within the prime A-E firm responsible for providing Fire Protection Engineering services, and address the firm�s capacity to accomplish multiple task orders simultaneously. The firm shall list all the professionally registered Fire Protection Engineering personnel who will be involved in providing the required services. The Offeror/Contractor must demonstrate adequate in-house staffing capacity to self-perform at least 50 percent of the cost of the contract as required by FAR clauses pertaining to Limitation on Subcontracting. Section I � Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Part II General Qualifications: Complete SF330 Part II � General Qualifications for the Prime A-E Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 2:00 PM (Pacific Standard Time) on January 26, 2023. Please email your response, in a PDF format, to larry.g.romig.civ@us.navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the website at https://sam.gov and begin with �N62473.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a0b7cc5cab424d2fbf0ae735c7d7ff63/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN06557595-F 20230107/230105230110 (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.