Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2010 FBO #3247
DOCUMENT

C -- Condition Based Maintenance Management (CBMM), Inspection, Analysis and Engineering Services for Work Predominantly in the NAVFAC, Atlantic’s Area of Responsibility but also Worldwide - Attachment

Notice Date
10/13/2010
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247011R1007
 
Response Due
11/15/2010
 
Archive Date
11/30/2010
 
Point of Contact
Michelle Gooden 757-322-8169 michelle.gooden@navy.mil
 
E-Mail Address
michelle.gooden@navy.mil
(michelle.gooden@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT TEXT, N62470-11-R-1007 Posted to FedBizOpps: 13 October 2010 Title: Condition Based Maintenance Management (CBMM), Inspection, Analysis and Engineering Services for Work Predominantly in the Naval Facilities Engineering Command, Atlantic ™s Area of Responsibility but also Worldwide Classification Code: C “ Architect and Engineering Services NAICS Code: 541330 “ Engineering Services 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 the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (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. All small businesses as well as large businesses are encouraged to respond. 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. NAVFAC Atlantic is seeking eligible business firms capable of providing Architect-Engineer or Engineering Services and support for inspection/assessment/analysis of Military and other Federal facilities for projects located within the Naval Facilities Engineering Command, Atlantic's (NAVFAC LANT ™s) Area of Responsibility (AOR). The NAICS code for this proposed procurement is 541330 (small business size standard is $4,500,000). If the solicitation is issued, the solicitation will consist of a base period and 4 options totaling 5 years of performance. The anticipated total work to be issued over the life of the contract via task orders (base year plus four one-year options) shall not exceed the estimated maximum amount of $24 million. The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed below. The primary area of focus for this contract is the continental United States (CONUS); however, the contract may be used to support the entire NAVFAC LANT AOR, which includes CONUS and outside continental United States (OCONUS), including the Caribbean, Europe, Africa, Western Asia, and South America. Additional support may also be provided to Hawaii, the Far East, and Marianas. The primary tasks anticipated under this contract include support of the Navy ™s Condition Based Maintenance Management (CBMM) Program, and the DoD Sustainment, Restoration, and Modernization (SRM) Program including, but not limited to: BUILDER and other knowledge-based Engineered Management System (EMS) facility assessments & training; MAXIMO interface/data interchange; Conventional NAVFAC MO-322 type, deficiency-based facility inspections; Life-Cycle assessments; Specialized assessments for site facilities and structures; Engineering studies (roof surveys, etc.); and Construction cost estimates, budget & parametric cost estimates, maintenance planning. Firms and personnel may be required to work within classified facilities and be exposed to classified information that will require additional security clearance. The duration of most task orders will be 6 months or less. Document content and deliverables will vary per task order, but in general may include: reports, drawings, maps, computer graphics, computer models and slides for presentations. The document format and submission requirements will be addressed in the individual task orders. Computer generated documents must be compatible with the Navy ™s MAXIMO or individual installation ™s computer system. All drawings, when required, shall be submitted in an AutoCAD compatible format. The computer system used to generate MILCON/Special Project 1391 planning documents must be compatible with the Navy ™s web-based program for documentation submittal: Electronic Project Procurement Generator (EPPG). Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy ™s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm ™s capability of providing these services at various Military and other Federal facilities worldwide. 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 any 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) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) provide information on recent past projects that best illustrate your qualifications for this contract. Of specific interest are projects conducting facility condition inspections/assessments of U.S. Naval facilities and other DoD facilities. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer ™s name, current telephone number; d. Contracting Officer ™s Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work. i. If award fee or award term incentivized, average performance rating received and (7) 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)). The Government reserves the right to request additional information as needed, from any and all respondents; (8) provide a written statement as to your ability to perform work within the Continental United States (CONUS), outside the Continental United States (OCONUS) or both CONUS and 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 20 single sided pages (including all attachments). Responses are due on Monday, 15 November 2010, by 9:00 A.M. EST. The package shall be sent either by mail to the following address: Commander Naval Facilities, Atlantic, ACQ22 (ATTN: Michelle Gooden), 6506 Hampton Blvd, Bldg. A “ Room 1105, Norfolk, VA 23508-1278, or electronically to michelle.gooden@navy.mil. Submissions must be received at the office cited no later than 9:00 A.M. Eastern Standard Time on 15 November 2010. Questions or comments regarding this notice may be addressed to Michelle Gooden either by e-mail michelle.gooden@navy.mil or by telephone (757) 322-8169.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R1007/listing.html)
 
Document(s)
Attachment
 
File Name: N6247011R1007_11-1007_Sources_sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247011R1007_11-1007_Sources_sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247011R1007_11-1007_Sources_sought.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02310157-W 20101015/101013234112-0be7c7370e797138aa587c2a6dc39a49 (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.