Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOURCES SOUGHT

C -- Structural Inspection of Live Firefighting Trainer Complexes Including Surface Warfare Schools Command (SWSC) and Submarine Learning Center (SLC)

Notice Date
1/30/2023 11:11:30 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL FACILITIES ENGINEERING AND PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
N39430-23-R-0058
 
Response Due
3/1/2023 4:00:00 PM
 
Point of Contact
Joseph Cook, Phone: 8059822373, Nicole Mendes, Phone: 8059823993
 
E-Mail Address
joseph.d.cook3.civ@us.navy.mil, nicole.m.mendes2.civ@us.navy.mil
(joseph.d.cook3.civ@us.navy.mil, nicole.m.mendes2.civ@us.navy.mil)
 
Description
����������� �This Sources Sought Announcement is a market survey for writing information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. There is no bid package or solicitation. ����������� The Naval Facilities Engineering Command Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, CA is conducting a market survey of Architectural and Engineering (A-E) firms that are capable of performing inspection, assessment, design, and engineering services of government firefighting trainer facilities at various naval installations including, but not limited to Point Loma, CA; Kings Bay, GA; Mayport, FL; Norfolk, VA; and Yokosuka Japan. ����������� This is a follow-on requirement for NAVFAC EXWC. The predecessor contract is Contract No. N39430-18-D-2018, which was awarded to the incumbent, Reid Middleton, Inc., on 1 August 2018. NAVFAC EXWC contemplates awarding a single award indefinite delivery indefinite quantity contract with fixed price task orders for the services listed below. ����������� Firms that choose to respond to this sources sought notice are requested to provide a brief synopsis of work that they have performed previously that is the same or similar to the requirements listed below, and the approximate number of personnel that could perform the work required. Firms are also requested to provide their small business size and status (i.e. HUBzone, SDVOSB, etc) if applicable. The applicable NAICS is 541330 Engineering Services, with a size standard of $25.5M. The applicable product service code is C213 Architect and Engineering � General: Inspection (Non-Construction). Comments on the scope of work are welcome. Responses of two to four pages are considered adequate to address the information being requested at this time. � � � � � � The work includes, but is not limited to: firefighting trainer inspections in accordance with NEPA 1403 Standard on Live Fire Training Evolutions; engineering analysis of existing conditions in comparison to current regulations and requirements; comparison between previous inspection reports and/or drawings of the facilities; engineering calculations for structural analysis with or without previous design calculations; documentation of findings; and generation of recommendations including cost estimates for follow-on actions. Various ASTM test methods to perform material investigation may be required. Any proposed testing methods or assumptions shall be submitted to the government for approval. Refer to NFPA 1403 for the structural investigation of the concrete. � � � � � � Each inspection will include the development of a Safety Plan in accordance with ACOE EM-385-1-1 and strict adherence to all OSHA regulations and guidelines. All assessments will be performed under the auspices of a registered professional engineer (structural Engineer) with experience and expertise in refractive materials and live fire training structures per NEPA 1403 Standard on Live Fire Training Evolutions. � � � � � � Security Requirements: Work performed will be at the SENSITIVE but UNCLASSIFIED level. The government does not anticipate the need for a security clearance; however, if clearances are subsequently required, the contractor shall comply with SECNAV M5510.30, SECNAV Instruction M-5239.2, and Department of Defense (DoD) 8570.01-M. The contractor shall establish and maintain an access list of those employees working on the contract. � � � � � � Estimated start date for this contract is November 2023. In accordance with DFARS 252.204-7004, to be eligible for contract award, a firm or joint venture must be registered in the Department of Defense (DoD) System for Award Management (SAM). Registration can be submitted via http://www.sam.gov. The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site. � � � � � � The A-E firm must be able to demonstrate its qualifications for the previously mentioned engineering services, including studies, design, cost estimating, troubleshooting, etc., (with respect to the published evaluation factors) to perform the following work: Investigate condition, and recommend/design corrective actions related to structure; and prepare project documentation, designs and cost estimates; perform concrete investigation. The A-E firm must be able to perform the following: 1.� Field Inspection and Destructive Testing � � � � � a.� 100% visual inspection � � � � � b.� Concrete Cores from various elements for petrographic analysis � � � � � c.� Concrete Cores from various elements for compressive strength 2.� Review of available as-built drawings. Note: Geotechnical Report may not available. 3.� Site walk, photos, and field verification of as-built drawings and current condition. 4.� Interview facility managers to determine information regarding the condition of the facility, recent work accomplished, and plans for facility use changes. 5.� A-E to perform pull tests of representative heat shield anchors to ensure they have adequate capacity to support the heat shield. 6.� Perform non-destructive testing (as deemed necessary). 7.� A-E to be able to produce and issue a final report which shall include, at a minimum: � � � � � a.� Executive summary including: brief project description; facility key plan and photo(s); findings, general recommendations, and ROM cost estimate for retrofits based on recommendations; � � � � � b.� Existing building description; � � � � � c.� The use of the structure; � � � � � d.� The projected life of the structure at the current frequency of use; � � � � � �e.� The current condition of the structure relative to the original design intent; � � � � � �f.� Map showing locations of concrete cores � � � � � g.� Summary of concrete test results � � � � � h.� Methodology used for the inspection of the Fire Training Facility, including list or criteria; � � � � � i.� Results of investigation including: field observations; identification of all deficiencies (including pictures) for all structural components caused by exposure to fire, water and weather; � � � � � j.� Site photos including overall photographs of the structures, as well as photos of visible deficiencies; � � � � � �k.� Conclusions and Recommendations shall describe repair schemes for all structural members found to be deficient via schematic drawings; � � � � � l.� Recommendations for repairs that are required to restore the structure to the original design capacities to the extent possible; � � � � � m.� The new projected life of the structure with the new proposed repairs and with the assumption of the same frequency of use; � � � � � n.� Engineering and construction cost estimates to make repairs; � � � � � o.� Raw data for the report inputs; and � � � � � p.� Notional schedule (simple bar chart key milestones). 8.� Visual inspection of steel framing. 9.� Inspection and observation of structural components and framing. 10.� Ability to provide design modifications to the buildings if required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/45dce47b73fe4af3b0210b7b986495fe/view)
 
Record
SN06577078-F 20230201/230130230106 (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.