Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOURCES SOUGHT

C -- N6945024R0043 $99M IDIQ CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) DESIGN AND RELATED SERVICES IN SUPPORT OF WATERFRONT PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHEAST

Notice Date
2/8/2024 10:45:55 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945024R0043
 
Response Due
3/8/2024 11:00:00 AM
 
Archive Date
03/23/2024
 
Point of Contact
Reuben Amarh, Nicole Jackson
 
E-Mail Address
Reuben.a.amarh.civ@us.navy.mil, nicole.m.jackson49.civ@us.navy.mil
(Reuben.a.amarh.civ@us.navy.mil, nicole.m.jackson49.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 one (1) individual Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts for: N6945024R0043 INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A/E) DESIGN AND RELATED SERVICES IN SUPPORT OF WATERFRONT PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHEAST The one (1) anticipated firm fixed-price IDIQ contract will not exceed $99,000,000 (Ninety Nine Million Dollars) for this contract.� The contract shall not exceed five (5) years over the life of the contract, with a guaranteed minimum for the contract term is $1,000 (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 North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $25,500,000. This Sources Sought is for services that will primarily be required in the NAVFAC SE Area of Operations (AOO) 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 AOO; 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). Comprehensive A/E services are required for the design of new construction, repair, replacement, demolition, alteration, and/or improvement of waterfront projects.� Projects may include single or multiple disciplines, including, but not limited to, structural (waterfront and landside), coastal, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating and/or geotechnical investigation.� The types of waterfront projects may include piers, wharves, quay walls, dry docks, bulkheads, crane rail systems, fender systems, berthing and mooring, dredging, coastal and shoreline protection, and boat ramps.� Waterfront related utilities may include steam, low pressure compressed air, fresh water, salt water, sanitary sewer, oily waste water collection, high voltage to low voltage electrical, fire protection and alarm systems, control systems, lighting and communications (telephone, television, fiber optics, cyber security, SCADA, and local area network). Work may also include A/E services for projects ancillary to waterfront� projects, such as buildings, roads, parking areas, railroads, bridges, foundations, retaining walls, failure investigation including destructive and non-destructive testing, seismic evaluation and design, progressive collapse analysis, blast resistant design, structural engineering investigations, utility systems (e.g. sanitary and storm water systems), storm water management, sediment and erosion control, earthwork, coastal and shoreline, surveying, pavement design and civil engineering studies. A/E services may also include hazardous material assessments including asbestos and/or lead-based paint assessments to determine the presence of hazardous material(s) during removals/demolition or at utility points of connections.�� Work on and around waterfront structures, including under deck and underwater, and work in confined spaces may be required on this contract.� A/E firms must be able to accept work that involves asbestos, lead paint, Polychlorinated biphenyls (PCBs), Polyfluoroalkyl Substances (PFAS) and other hazardous materials, work on and under waterfront structures and in confined spaces in accordance with UFC 3-810-01N. 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 have the capability to manage sub-contractors and ensure quality control. The A/E must 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. Teams must consist of the following Disciplines (whether in-house or consultants): Task Order Manager Quality Control Manager�� Project Managers Structural Engineers (Waterfront and Landside) Coastal Engineers Civil Engineers Mechanical Engineers Electrical Engineers Cathodic Protection Engineers Engineer-Divers Architects Planners Environmental Engineers and Technicians (HAZMAT) Fire Protection Engineers Communications Distribution Engineers (RCDD) Cost Estimators Schedulers Geotechnical Engineers Topographic and Utilities Surveyors and Technicians Commissioning Agents (BEx, Cx) 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 reuben.a.amarh.civ@us.navy.mil, nicole.m.jackson49.civ@us.navy.mil, and donald.s.quince.civ@us.navy.mil. All responses are due by March 08, 2024 at 2:00PM (ET).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3e82eb9cff3b49908ae1b174392b8bcb/view)
 
Record
SN06960740-F 20240210/240208230057 (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.