Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2023 SAM #7801
SOURCES SOUGHT

C -- SOURCES SOUGHT: $99M AE IDIQ - Professional Engineering Services for Preparation of Design-Bid-Build Documents and Design-Build Request for Proposals for Various Project Types at DoD and Non-DoD Activities in the Area of Operations served by NAVFAC SE

Notice Date
4/5/2023 9:49:06 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945023R0053
 
Response Due
5/8/2023 11:00:00 AM
 
Point of Contact
Nicole Jackson, Clifford Stevens
 
E-Mail Address
nicole.m.jackson49.civ@us.navy.mil, clifford.d.stevens6.civ@us.navy.mil
(nicole.m.jackson49.civ@us.navy.mil, clifford.d.stevens6.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET RESEARCH 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.� No telephone calls will be accepted requesting a bid package or solicitation.� In order to protect the procurement integrity of any future procurement (if any) that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Naval Facilities Engineering Systems Command Southeast, (NAVFAC SE) is conducting market research of industry to identify potential firms, with current relevant qualifications, experience, personnel, and capability to perform services required for five (5) individual Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for: PROFESSIONAL ENGINEERING SERVICES FOR PREPARATION OF DESIGN-BID-BUILD DOCUMENTS AND DESIGN-BUILD REQUEST FOR PROPOSALS FOR VARIOUS PROJECT TYPES AT DoD AND NON-DoD ACTIVITIES IN THE AREA OF OPERATIONS SERVED BY NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, SOUTHEAST The five (5) anticipated firm fixed-price IDIQ contracts will not exceed $99M (Ninety Nine Million Dollars) per contract.� The contracts shall not exceed five (5) years over the life of the contract, with a minimum guarantee of $1K (One Thousand Dollars). Task Orders are anticipated for design work associated with an estimated construction cost ranging from $5M - $400M, although larger projects may be included.� Task orders/contracts which include multiple tasks/projects may represent a single construction contract. The NAICS code for this contract is 541330 and the size standard is $25.5M. This Sources Sought is for services that will primarily be required in the NAVFAC SE Area of Operations including but not limited to, the states of Alabama, Andros Island Bahamas, Arkansas, Florida, Georgia, Guantanamo Bay Cuba, Kansas, Louisiana, Mississippi, Missouri, Oklahoma, South Carolina, Tennessee, and Texas.� It is anticipated that most work will be performed in the Southeast AOR; however, the contract may also be used at other Department of Defense (DoD) or non-DoD activities in all NAVFAC Area of Operations geographic locations worldwide. These actions will be decided on a case-by-case basis approved by the Contracting Officer (KO). Required Architect/Engineering (A/E) services may include, but are not limited to, the preparation of Design-Bid-Build documents (100% plans and specifications) and Design-Build Requests for Proposals (RFPs). The A/E may be required to assist in evaluating Design-Build proposals and reviewing Design-Build contractor�s design and construction submittals to ensure they meet the performance requirements of the RFP.� A/E services may also include field investigation and facility damage assessments after hurricanes or other disaster events.� Specific duties include architectural programming, cost estimating and DD 1391 preparation, geotechnical investigation, surveying, and other preliminary project documentation.� The projects associated with this contract may involve any combination of the Architectural, Civil, Structural, Electrical, Mechanical, Fire Protection, and Environmental Engineering disciplines.� If needed, studies and collateral equipment lists shall also be included.� All projects will include initiatives to comply with the current version of UFC 1-200-02 High Performance Sustainable Building Requirements and may seek third-party certification (TPC) under the US Green Building Council�s Leadership in Energy and Environmental Design (LEED�) or Green Building Initiative (GBI) �Guiding Principles Compliance� (DoD versions only). �All work shall be done in English units, as directed by the Government.� Selected firms will not be able to propose on design-build task orders for which the Firm or any of the Firms� subcontractors have assisted the Government in the preparation of the Design-Build technical statement of work or plans and specifications. Special qualifications include, but are not limited to: The A/E firm must be familiar with current NAVFAC Criteria/Regulations, Guidelines, and procedures, and demonstrate the ability to handle work under strict deadlines. A/E firms that do not have full in-house capability must also have the capability to manage sub-contractors and ensure quality control. The A/E must also demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to ensure that a quality product is produced. Supervisory and/or key personnel should have Professional Engineer (PE) or Registered Architect (RA) certifications. An Architect and Mechanical Engineer of the proposed design team shall demonstrate successfully designing a completed project (as Designer of Record (DOR)) that complies with the current version of UFC 1-200-02 High Performance Sustainable Building Requirements. Teams must consist of the following Disciplines (whether in-house or consultants): Task Order Manager Quality Control Manager�� Project Managers Architects Civil Engineers Structural Engineers Mechanical Engineers Electrical Engineers Interior Designers (NCIDQ) Fire Protection Engineers Communications Distribution Engineers (RCDD) Landscape Architects Roofing & Waterproofing (RRC) Geotechnical Engineers Topographic and Utilities Surveyors and Technicians Commissioning Agents (BEx, Cx) Environmental Engineers and Technicians (HAZMAT) Cost Estimators Schedulers Projects may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances may be required at the time of selection or award of a contract. All interested firms shall: Have NAICS 541330, Engineering Services, as an approved NAICS code. Answer all of the questions in detail, as noted on the Market Research Questionnaire. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency.� A decision may be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), Woman-Owned, SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or whether to issue as full and open competition (unrestricted).� � Please limit your response to eight (8) pages or less. �Completed questionnaires shall be submitted to nicole.m.jackson49.civ@us.navy.mil.� All responses are due by 8 May 2023 at 2:00PM (ET).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/04764adc164d4a53ae5466835ee75fb9/view)
 
Record
SN06641478-F 20230407/230405230109 (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.