DOCUMENT
C -- Indefinite Quantity Contract for Fire Protection Engineering Services for Engineering Studies and Projects throughout the Naval Facilities Engineering Command, Mid-Atlantic's Area of Responsibility - Attachment
- Notice Date
- 11/14/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008513R7707
- Response Due
- 11/30/2012
- Archive Date
- 12/15/2012
- Point of Contact
- Holly Manning holly.manning@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis: This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. 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 will be made whether to issue the proposed solicitation as a competitive set-aside for U.S. Small Business Administration (SBA) certified 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses and/or Small Business, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice is NOT A REQUEST FOR A PROPOSAL and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Engineering and Design Services are required for an Indefinite Quantity Contract for Fire Protection Engineering Services for Engineering Studies and Projects throughout the Naval Facilities Engineering Command, Mid-Atlantic's Area of Responsibility (AOR). Mid-Atlantic's AOR includes Maine, New Hampshire, Vermont, Massachusetts, Rhode Island, Connecticut, New York, New Jersey, Pennsylvania, Virginia, North Carolina and West Virginia Architect-Engineering and Engineering Services that may be required under this contract include facility and/or infrastructure field surveys and investigations resulting in the development of engineering analyses, studies, cost estimates, plans, specifications, Requests for Proposals (RFPs) for design/build projects and Post-Construction Award design completion, shop drawing review, and other associated engineering services. Projects can be categorized as repair, replacement, upgrade, maintenance, energy savings and sustainability projects covering the full range of the field of fire protection engineering for a wide range of new and existing facilities and systems, utilities and infrastructure, and shall include, but not be limited to the following: fire protection water supply and distribution systems; base-wide fire reporting systems; bulk fuel facilities, aircraft hangars, warehouse facilities, administrative facilities, ordnance storage and handling facilities, hospitals, medical/dental clinics, operational training facilities, child development centers, waterfront facilities and infrastructure, telecom and communications facilities, simulators, and other operational type facilities. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, Design/Build RFPs utilizing NAVFAC DB Masters, and drawings in AutoCAD format 2010 (or later version, as directed by the Government in writing) utilizing the National CADD Standards format with NAVFAC MIDLANT required modifications. Firms shall utilize design procedures, prepare, organize, and present design drawings, and design analyses in accordance with the requirements of UFC 1-300-09N. Where applicable, firms will utilize the sustainable design concepts, design principles, and guidelines in the "Whole Building Design Guide" that can be found at www.wbdg.org. Firms shall utilize the sustainable design principles and concepts as given by the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System, or other sustainable rating and documentation system as approved by the Government. Some projects may also require design in the metric system. Firms will be required to provide documents in PDF format. Final documents will require electronic signature using the CIC Sign-it signature software. The contract requires that the selection firm(s) have on-line access to E-mail and the Internet for routine exchange of correspondence. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of licensed fire protection engineers or consultants. A-E firms are advised that the selected firm, its subsidiaries or affiliates, and its sub-consultants which design, prepare, or provide engineering services in support of construction contract documents cannot provide construction services for the same contract. This includes concept design, preparation of project programming documents (DD Form 1391), facility siting studies, environmental assessments, geotechnical services, engineering studies and services, Design-Build RFPs, or other activities that result in identification of project scope and cost. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $14.0 million. The proposed contracts will each be for one (1) base year with Four (4) one-year options, resulting in the contract performance period of maximum five (5) years. The estimated maximum total contract price is $10,000,000. Interested sources are invited to respond to this sources sought announcement by completing the following sections of the Standard Form (SF) 330 A-E Qualifications in the following manner: Part 1 “ Contract Specific Qualifications: Section A: Contract Information Section B: A-E Point of Contact. In addition to name of firm in Block 5, provide your firm ™s Dunn and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), Hubzone, SDVOSB, or Small Business Section E: Resumes. Provide a maximum of 3 (three) resumes for registered key personnel on your team that would be responsible for completing the required services. Section H: Additional Information On a maximum of two pages, list a maximum of five (5) specific, completed, recent (within past 5 years) projects that demonstrate experience in the required services. List each project by a brief paragraph listing the project title, location, cost, completion date and how each project reflects experience in the required services. Again, each project shall be one paragraph in length. On a maximum of one page, provide a brief paragraph addressing location; indicate Firm ™s location of main offices and branch offices. Describe the team ™s knowledge and availability to work in the proposed geographical area. Section I: Authorized Representative Complete the Authorized Representative on this page; ensuring the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. ƒ Responses to this Sources Sought announcement are due no later than 2:00 p.m. EST, Friday, 30 November 2012. Responses should be sent to the following Mailing Address: Commanding Officer Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads IPT Acquisition Office Attn: Holly Manning, Contract Specialist Bldg Z140, Room 219 9742 Maryland Avenue Norfolk, Virginia 23511-3015 Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. NO exceptions at all. Point of Contact(s): Holly Manning holly.mannng@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008513R7707/listing.html)
- Document(s)
- Attachment
- File Name: N4008513R7707_13R7707_FP_IDIQ_SOURCES_SOUGHT.pdf (https://www.neco.navy.mil/synopsis_file/N4008513R7707_13R7707_FP_IDIQ_SOURCES_SOUGHT.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N4008513R7707_13R7707_FP_IDIQ_SOURCES_SOUGHT.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008513R7707_13R7707_FP_IDIQ_SOURCES_SOUGHT.pdf (https://www.neco.navy.mil/synopsis_file/N4008513R7707_13R7707_FP_IDIQ_SOURCES_SOUGHT.pdf)
- Record
- SN02930964-W 20121116/121114234820-67ccadca2f6b95caa789ad56a8e2ac3c (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 |