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 -- IDIQ Architect-Engineer (AE) Multi-Discipline Engineering Services MCAS Beaufort

Notice Date
11/1/2023 11:33:20 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2519
 
Response Due
11/15/2023 11:00:00 AM
 
Archive Date
11/30/2023
 
Point of Contact
Andy Bui, Phone: 7573411652, John Bishop, Phone: 7573411979
 
E-Mail Address
andy.h.bui.civ@us.navy.mil, john.p.bishop23.civ@us.navy.mil
(andy.h.bui.civ@us.navy.mil, john.p.bishop23.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES, ONLY. IT IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT COMMIT THE GOVERNMENT TO ISSUE ANY TYPE OF SOLICITATION OR AWARD AN ULTIMATE CONTRACT AND DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business Architect-Engineer (A-E) Multi-Discipline Engineering firms capable of performing Indefinite Delivery /Indefinite Quantity Architect-Engineer (A-E) Multi-Discipline Engineering Services as required for construction, repair, replacement, demolition, alteration, improvements, and Maintenance Execution Projects. These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, Federal Acquisition Regulation (FAR) Subpart 36.6.� Work under the contract is will be performed at the Marine Corps Air Station Beaufort, Beaufort, North Carolina. Most projects will be new, repair, replacement, upgrade, maintenance, energy savings and/or sustainability projects covering the full range of the field of architecture and engineering for a wide variety of new and existing facilities and/or systems, utilities and infrastructure. The projects will include delivery of both Design-Build and Design-Bid-Build project design as well as AE-specific study/evaluation work.� Prospective architectural firms, will primarily perform civil, structural and architectural design services under the contract, however, the following types of A-E services, that require multiple engineering design disciplines, may be required under this contract: � Planning Services, including those associated with the development of project programming document (DD 1391), facility evaluations/site investigations, and cost estimation. Facility planning services, including: Project programming and scope development Conceptual pricing development Development of Alternatives including Economic Analysis Interior Space Planning/Design Collateral Equipment Inventories Facility analysis, including: General condition assessment including code compliance Energy utilization studies Life safety analysis Exterior and interior hazardous material surveys and analysis Design Services, including development of either contract documents for Design/Bid/Build (DBB) or Design/Build (DB) Request for Proposal (RFP) packages for new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities for large and small design projects and renovations of facilities, including, but not limited to: Multi-unit housing facilities Administrative facilities Training facilities, such as operational, maintenance, or classroom Industrial facilities, such as maintenance shops, manufacturing, public works shops, or warehouses. Facilities that require phased construction due to operational requirements �Construction Services such as the following services: Contractor submittal reviews� Field consultation and special inspections Electronic Operation and Maintenance Support Information (eOMSI) Obtaining environmental permits and regulatory approvals As-built and Record Document preparation AE firms are required to prepare cost estimates utilizing the MCACES MII estimating system, specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC DesignBuild Masters, and drawings in AutoCAD (2016 or higher) or Revit (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications.� 3D renderings and BIM modeling may also be required.� A-E firms or others under contract or providing services to NAVFAC may request software installation packages from NAVFAC Atlantic CI Cost.� The firm is to send an email to NAVFAC-CI-Cost@navy.mil with the following in the Subject Section ""MII License Request"". Software is generally distributed to design firms free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user. Asbestos and or lead-based paint assessments will be required on this contract to determine the presence of hazardous material in existing facilities or at utility points of connections.� When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. AE firms must be able to accept work that involves asbestos, lead paint, PCBs, contaminated ground-water/soil and other hazardous materials, work on airfields, and in confined spaces. �� All design services shall comply with the most current edition of FC 1-300- 09N Navy & Marine Corps Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org).� �� The target award for this IDIQ contract is anticipated to be $30,000,000.� All service-disabled Veteran-owed small businesses, certified HUB-Zone small businesses, and certified 8(a) small businesses are encouraged to respond.� Upon review of industry response to the Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest.� This office anticipates award of a contract for these services to be August 2024. The appropriate NAICS Code is 541330, Engineering Services, and the small business size classification for this procurement is $25,500,000.�� THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. This Sources Sought notice is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought notice. �� It is requested that interested small businesses submit to the Contracting Office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum including document searchable bookmarks) demonstrating your ability to perform the requested services.� Please use the attached Project Information Form for each project submitted demonstrating the requisite experience.� The Sources Sought Project Information Form shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant design projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope and complexity to the projects proposed for this IDIQ.� This documentation shall address, at a minimum, the following: 1.��� Relevant Experience:� Relevant Experience to include experience in performing efforts of similar scope and complexity within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein.� The relevant experience project submitted is defined as and shall include the following attributes: ����� A. Size:� Design of a construction projects with an estimated construction costs ranging from $500,000 to $5,000,000. � ���� �B. Scope/Complexity:� Projects, cumulatively and collectively, shall demonstrate design experience with the following: Planning, project programming and requirements development. Conceptual pricing development, and development of alternatives including economic analysis. Facility analysis, such as general condition assessment including code compliance, energy utilization studies and facility life safety code analysis. Hazardous material surveys and analysis. � Design services and deliverables, including development of comprehensive contract packages such as Design-Build RFPs and Design-Bid-Build drawings, specifications, and construction cost estimates. Construction services such as contractor submittal reviews, field consultation and special inspections, electronic operation and maintenance support information (eOMSI), obtaining environmental permits and regulatory approvals, and preparation of as-built documents. C. Characteristics:� Additionally, submitted relevant design projects shall demonstrate the following characteristics: Offerors shall have acted as the Designer of Record (DOR) on submitted projects. Experience with design of both new construction (at least one (1) project) and renovation (at least one (1) project) Experience with the preparation of a solicitation package for design-build request for proposal (at least one (1) project). Experience with the preparation of a solicitation package for design-bid-build/full design (at least one (1) project). Offeror�s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract. Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements. Please provide a company profile utilizing the attached Contractor Information Form. Respondents to this Sources Sought are asked to populate this form with the number of employees, office locations(s), UEI # (Unique Entity ID), CAGE Code, and statement regarding small business designation and status.�� RESPONSES ARE DUE BY 15 NOVEMBER 2023, NO LATER THAN 2:00PM EST. LATE RESPONSES WILL NOT BE ACCEPTED.�� The package shall be sent by email to the Contract Specialist, Mr. Andy Bui, at andy.h.bui.civ@us.navy.mil All questions or comments regarding this notice must be e-mailed to the Contract Specialist, otherwise the government will not respond. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea93e39da57b4c73b57adb20146d5639/view)
 
Place of Performance
Address: Beaufort, NC, USA
Country: USA
 
Record
SN06873928-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.