Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2010 FBO #3025
SOURCES SOUGHT

C -- Architect-Engineer Professional Services

Notice Date
3/5/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010R5025
 
Response Due
3/22/2010
 
Archive Date
3/23/2010
 
Point of Contact
Danyiele Peterson(757)322-8365
 
E-Mail Address
<!--
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine whether to set-aside an acquisition for professional architectural-engineering services for Small Business (SB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business or 8(a) concerns only. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command, Atlantic (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. Upon review of industry response to this 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. The acquisition is for an Indefinite Delivery Contract IDC) for various professional services on an as-needed basis such as Design-Build Requests for Proposal Documents, plans, specifications, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), commissioning, and construction inspection and engineering consultation services during construction throughout the United States, Caribbean, and outside the Continental United States, including Europe, Africa, Western Asia, and South America. The type of design projects expected to be performed under this contract include, but are not limited to: administration buildings, security buildings, communication facilities, alterations, rehabilitations, modifications, minor/major repair, utility system upgrades, critical power distribution systems, shielding, complex security systems, physical security, force protection, and communications network planning in support of the Department of Defense and associated agencies and associated work. Services performed will be for secure and non secure sites and a variety of facilities, some of which relate to critical, secure operational facilities and supporting infrastructure, and other general facilities. Services are often mission-critical and time-sensitive.Thorough knowledge and understanding of Director of Central Intelligence Directive 6/9 (DCID 6/9) Manual, Physical Security Standards for Sensitive Compartmented Information Facilities, is required. Contractor shall maintain a balanced workforce cadre of cleared Top Secret personnel in each of the disciplines of Architecture, Civil, Structural, Mechanical, Electrical and Fire Protection engineering to work in such areas. All contractor personnel shall be United States Citizens. All contractor personnel assigned to this contract shall be required to execute a Standard Form 312, Classified Information Nondisclosure Agreement prior to be assigned to this contract. The NAICS code for this proposed procurement is 541330 (size standard is $4,500,000.00). If the solicitation is issued, the solicitation will consist of a base year and four (4) one-year options totaling five (5) years of performance. Services/options are anticipated unless precluded by legislative language. The anticipated aggregate total of work to be issued all awards over the life of the contract term (base year plus four one-year options) shall not exceed the estimated maximum amount of $15,000,000. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy's decision to set-aside this acquisition. Interested firms must submit a SOC, which describes, in detail, the firm's capability of providing professional architectural-engineer services and cleared Top Secret personnel to complete the services. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of small business certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) statement of whether the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) information on recent past projects (no more than three) that best illustrate your qualifications for this contract (within the last three years); (7) submission of a document that lists the full name(s), date(s) and place(s) of birth, citizenship, and social security number(s) of staff to be assigned to the contract in order to verify TS security clearances. This separate document shall be wrapped in a sealed envelope that is addressed to NAVFAC Atlantic Security Officer and submitted with the SOC. All documents showing individual's names or other personnel information including Social Security Numbers shall be controlled and protected. (8) subcontract management: -provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513)). Prime contractors must note that at least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the prime. Prime shall indicate whether it will perform and provide 50% or more of the work and personnel without relying on subcontractor. The Government reserves the right to request additional information as needed, from any and all respondents; (9) provision of a written statement as to your ability to perform work within the Continental United States (CONUS) and outside the Continental United States (OCONUS). The SOC must be complete and sufficiently detailed to allow for a determination the firm's qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 15 single sided pages (including all attachments). Responses are due on Monday, 22 March 2010, by 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities, Atlantic, ACQ3 (ATTN: Mrs. Danyiele Peterson), 6506 Hampton Blvd.,Bldg. A, 1st floor, Room 1203, Norfolk, VA 23508-1278. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 22 March 2010. Electronic submission of the statement of capabilities packages will not be accepted. DATA RECEIVED IN RESPONSE TO THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. NO CONTRACTS OR AWARDS WILL BE ISSUED AS A DIRECT RESULT OF THIS NOTICE. QUESTIONS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010R5025/listing.html)
 
Record
SN02084660-W 20100307/100305235843-725caa9efcdf02e222d8e4cfb897899b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.