Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOURCES SOUGHT

C -- BRIDGE INSPECTION AND ASSESSMENT WORLDWIDE

Notice Date
11/1/2023 2:53:33 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
ACQR5998020
 
Response Due
11/15/2023 8:59:00 PM
 
Archive Date
11/30/2023
 
Point of Contact
Matthew Duong, Carolyn M. Contreras
 
E-Mail Address
matthew.h.duong.civ@us.navy.mil, carolyn.m.contreras.civ@us.navy.mil
(matthew.h.duong.civ@us.navy.mil, carolyn.m.contreras.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE. There is no solicitation available at this time. This Sources Sought Synopsis is published for Market Research purposes only for the specified North American Industry Classification System (NAICS) code 541330, assuming SBA assigned size standard of $25.5M. The Government will neither award a contract solely on the basis of this Sources Sought Notice nor will the Government reimburse the respondents for any costs associated with preparing or submitting a response to this Sources Sought Notice. The Naval Facilities Engineering and Expeditionary Warfare Center Acquisitions (NAVFAC EXWC) is seeking Architecture and Engineering Firms who are qualified as small businesses to acquire services for Bridge inspection, material condition assessment, engineering and design services in support of Sustainment, Restoration and Modernization (SRM) and Military Construction (MILCON) projects for DoD Bridges at various locations Worldwide. This announcements purpose is to obtain qualification statements from interested small businesses for performing the work described in this Sources Sought Notice. This is a follow-on requirement for NAVFAC EXWC, the predecessor contract is Contract No. N39430-20-D2206, which was awarded to the incumbent, Marine Solutions, Inc., on 25 November 2019. NAVFAC EXWC contemplates awarding a single award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract with fixed price Task Orders (T.O.) for the services listed below. The work includes, but is not limited to the following: Field investigations Topside and underwater bridge inspections Load analysis calculations and ratings Engineering analysis of bridges structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities Hands-on inspection utilizing rope access Review of construction plans and specifications of engineering features and related work associated with bridge construction and repair Engineering calculations for structural analysis with or without previous design calculations in accordance with AASHTO and AREMA criteria Failure analysis and forensic engineering Bridge engineering feasibility studies Design of bridge repairs, including plans and specifications Preparation of Design/Build RFPs and Invitation For Bid contract plans and specifications Environmental studies in support of permit applications to federal, state, and local regulatory agencies Preparation of required permit documentation Documentation of inspection findings and report preparation Cost estimation for bridge rehabilitation Construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying Scour evaluations and development of scour Plans of Action (POAs) Seismic vulnerability assessments Verification and update of Structural Inventory & Appraisal (SIA) and/or Specification for the National Bridge Inventory (SNBI) data Bridge inspection condition index (CI) reporting and projecting future condition Production or validation of facility asset inventory Testing and evaluation of structure material samples using destructive/non-destructive testing (coring and geotechnical sampling) Projects under this contract shall be awarded on individual Task Orders. The scope of a given order may vary or be a combination of Initial, Routine, Special (Interim), Complex, Damage (emergency), Non-redundant Steel Tension Members (NSTM) (formally known as Fracture Critical), In-Depth, and/or Underwater bridge inspections. Deliverable requirements and special instruction will be specified in each task order scope.� The types of Task Order submittals may include, but not be limited to: Inspection and condition assessment reports and supporting data in a mineable format (as specified by Navy) Engineering alternatives analyses and basis of repair/design reports Engineering calculations and load analysis calculations and ratings Engineering plans and specifications Construction cost estimates (Form DD1391) Technical reviews Non-redundant steel tension members (NSTM) (formally known as fracture critical) and complex inspection plans Asset inventory data spreadsheet Preliminary finding letter and critical find letters In-brief and out-brief presentations� Submittals for safety plans and dive plans may be required in accordance with EM-385-1-1 Scour evaluation reports and scour Plans of Action (POAs) Additional products and services may include: Construction contract drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard, and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS) Building Information Model (BIM) modeling Bridge UNIFORMAT II classifications standard Contract bid analyses Post construction award services (PCAS) Title II inspection services Database design, construction, and population Bridge asset inventory data entry/validation (using excel spreadsheet, database, and/or other applicable bridge management system being utilized by the Navy) Bridge life cycle cost analysis and long term bridge condition/performance forecast modeling Producing procedural and technical manuals Static and dynamic structural analyses using finite element computer modeling; two and three-dimensional structure modeling and rendering; seismic vulnerability assessments, including use of finite element models and time history acceleration data for linear and/or nonlinear analyses of critical elements and development of retrofit schemes Capability to deliver drawings and specifications files in Adobe Acrobat Portable Data Format (PDF) and/ or a Building Information Modeling (BIM) format is required contingent on task order scope.� Bridge facilities include, but are not limited to vehicular and pedestrian bridges, railroad trestles, golf cart bridges, taxi-way bridges, culverts, and water control structures or any similar structure. Bridges that will require inspection will be located on military property, whether located in the contiguous United States or outside the contiguous United States, or are bridges that are owned and maintained by the military. Each bridge inspection team shall be comprised of at least two bridge inspectors, one of whom is the designated team leader. Some inspections will require more than two team members for safety purposes or to include needed expertise. The team leader shall supervise the topside and underwater bridge facility inspections and review all of the detailed inspection reports which may be written by other engineers. The team leader shall ensure that all field inspection operations, including diving, are performed in accordance with reference (d), U.S. Army Corps of Engineers Safety and Health Requirements EM 385-1-1. Members of each inspection team must meet the requirements below or as specified in the task order scope.� Team Leaders must possess, at a minimum, the following qualifications: Be a registered Professional Engineer Have a minimum of three years of bridge inspection field experience Successfully completed FHWA-approved comprehensive bridge inspection training course and have completed the refresher course within the past 5 years (if applicable). The remaining team members must have at a minimum completed an FHWA- approved comprehensive bridge inspection training course. For Underwater Inspections, the inspection team shall be composed of individuals that meet the bridge inspection team member qualifications specified above along with the minimum diving qualifications and manning levels specified in EM-385-1-1. For Underwater Inspections, the diver-inspector must have the minimum qualifications as a team leader and have completed the NHI underwater inspection course or approved equivalent. The team leader must perform 50% of the inspections. For Non-Redundant Steel Tension Members (NSTM) (formally Fracture Critical) Inspections, the team leader must have successfully completed an FHWA-approved Non-Redundant Steel Tension Members/Fracture Critical Member Inspection course. US citizenship for all on-site personnel, including the requirement to pass a Federal Law Enforcement Agency Background Screening Process for access to Government sites is required. The Government intends to solicit under NAICS Code 541330, Engineering Services as a Firm Fixed Price (FFP) single award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract if this acquisition proceeds. The Period of Performance (POP) for this contract is expected to be one (1) 60-month ordering period. For this contract awarded, the prime contractor is required to perform at least 50% of the work (in dollars) for each year of the contract. The A&E firm/team shall have the capacity to support a minimum of three simultaneous facility inspections located in different locations globally, while still meeting the requirements of the contract for prime contractor performance. ��� A minimum guarantee of $10,000 for the entire contract term, including option years if any, will be satisfied by the award of an initial Task Order. Multiple Task Orders may be awarded with similar delivery schedules requiring the firm to provide services with overlapping work/delivery dates. Individual Task Orders are expected to range, on average, between $50,000 and $750,000. The purpose of this Sources Sought Notice is to identify interested and qualified sources. Firms who choose to respond to this notice are requested to provide a brief synopsis of work they have performed previously that is the same or similar in scope 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 product service code is C219 Architect and Engineering � General: Other. The applicable NAICS Code 541330 Engineering Services, which has a size standard $25.5 no exception applied). Offerors shall have no less than five (5) years� experience in providing this type of service. At a minimum, provide the following information in your submittal: Name and address of company and contact information/point of contact. CAGE code and DUNS number. Only a single brief statement of qualifications (not to exceed seven [7] total pages) to include experience relative to this procurement, or any other information that clearly demonstrates your capabilities, expertise and experience to perform the requirements. General marketing material may be included but must fall within the (7) page submittal requirement. Statement as to small business program size status relative to the above NAICS Code and identification of any existing contract vehicles currently in place which may be used and fit the proposed contract scope. Short explanation regarding approach to managing multiple projects at multiple locations worldwide including emergency short notice projects. Possible teaming arrangements: If you are responding as a prime contractor, provide anticipated subcontractors and their business size under the identified NAICS code. If you are responding as any other business or teaming entity, please identify the entity and the business size under the NAICS code, if known (eg: Partnership, Joint Venture, LLC). Address the contractor�s ability to meet the most recent version of EM-385-1-1 (2014) Chapter 30 Diving Standards & Appendix O Required Manning Levels. This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Governments acquisition approach. The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be reviewed for informational purposes. The Government reserves the right to independently verify all information submitted. Submit required information electronically to the following Government personnel: Contract Specialist, Mr. Jadon G. Honour (jadon.g.honour.civ@us.navy.mil) Contract Specialist, Ms. Marian C. Basa (marian.c.basa.civ@us.navy.mil) Contract Specialist, Mr. Matthew A. Dominy (matthew.a.dominy.civ@us.navy.mil) Contract Specialist, Ms. China Park (china.park.civ@us.navy.mil) Contract Specialist, Mr. Matthew Duong (matthew.h.duong.civ@us.navy.mil) Project Manager, Ms. Anne M. Prieto (anne.m.prieto.civ@us.navy.mil). Contracting Officer, Ms. Carolyn Contreras (carolyn.m.contreras.civ@us.navy.mil)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46316cd158ab4f3eae93a3418006da72/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN06873924-F 20231103/231101230059 (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.