SOURCES SOUGHT
R -- Facilities, Environmental and Explosives Safety Support - Draft SOW
- Notice Date
- 11/19/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
- ZIP Code
- 20374-5127
- Solicitation Number
- N00030-11192012
- Archive Date
- 12/20/2012
- Point of Contact
- Jenny Rieck Kranz, Phone: 202-433-8424
- E-Mail Address
-
jenny.kranz@ssp.navy.mil
(jenny.kranz@ssp.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW Strategic Systems Programs Office, Washington Navy Yard, Washington DC is seeking qualified vendors to provide integrated facilities, environmental, and explosives safety engineering and technical support services. Facilities engineering support includes project, explosives safety, and environmental planning and coordination, project documentation development, facilities planning, design review of Architect/Engineer (A/E) submittals, construction monitoring and facilities life-cycle support. Explosives safety support includes facility master planning, site approval request documentation development, electrical explosives safety and explosives safety deviations. This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. DISCLAIMER: This sources sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. DESCRIPTION OF REQUIREMENT: The Strategic Systems Programs office requires integrated facilities, environmental, and explosives safety engineering and technical support services. Expert knowledge and experience is required in: DoD facility site planning and conceptual design (including environmental & explosives safety factors); development of project programming (including Basic Facilities Requirements (BFRs) and DD1391 documentation), requirements, and environmental documentation (including cost-estimating); multi-discipline engineering reviews of designs and other technical documentation; construction & oversight; DoD and Navy explosives safety policy and requirements; and preparation/review of Navy explosives safety site approval requests, waivers, & deviations. Detailed understanding of coordinated interfaces between Submarine Launched Ballistic Missile (SLBM) system and shore-based support facilities is required. Performance is scheduled to begin on 01 October 2013 and continue for one year, with four one-year option periods. The Contractor shall have a facility clearance of TOP SECRET. ELIGIBILITY: The applicable NAICS code for this requirement is 541330. The Product Service Code (PSC) is R425. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than eight 8.5 X 11 inch pages in length, 12 point font minimum) demonstrating ability to perform the services listed in the DRAFT SOW. This documentation must address, at a minimum, the following: 1. Company Name; Company Address; Cage Code; DUNS number; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 2. In your response, please include Company Size (Small or Large according to the NAICS 541330 size standard $35.5M) 3. If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 4. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described in the DRAFT SOW. 5. Technical ability or potential approach to achieving each facet of the technical ability specified in the DRAFT SOW. 6. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, experience of such personnel, and the ability to have personnel located/working at the sites specified in the DRAFT SOW. The capability statement package shall be submitted by mail to Department of the Navy, Strategic Systems Programs, 1250 10th Street SW, Suite 3600, Washington Navy Yard, DC 30374-5127, ATTN: Jenny Kranz (SPN-401), Contracting Officer or by email to Jenny.Kranz@ssp.navy.mil. Responses shall be received at this office no later than 5:00 p.m. Eastern Time on 5 December 2012 and reference this synopsis number on both the mailing envelope as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-11192012/listing.html)
- Place of Performance
- Address: Various, United States
- Record
- SN02933939-W 20121121/121119234707-a6e39612e06bea95c6a463723bbb81a3 (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 |