DOCUMENT
C -- Facility Planning Services Sources Sought Notice, NAVFAC Southwest, San Diego, CA - Attachment
- Notice Date
- 2/12/2013
- Notice Type
- Attachment
- NAICS
- 541320
— Landscape Architectural Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
- Solicitation Number
- N6247313RFACP
- Response Due
- 2/28/2013
- Archive Date
- 3/15/2013
- Point of Contact
- Hal Hayes
- E-Mail Address
-
2-1251<br
- Small Business Set-Aside
- N/A
- Description
- 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. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Businesses, Woman-Owned Small Businesses, Economically Disadvantaged Woman-Owned Small Businesses and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. 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 does not constitute a Request for 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. Naval Facilities Engineering Command Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, Woman-Owned Small Business (WOSB), Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and/or Service-Disabled Veteran-Owned Small Business (SDVOSB) sources with current relevant experience, personnel, and capability to perform the Architect/Engineering (A/E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services at various Navy and Marine Corps Facilities in California, Arizona, Nevada, Colorado, New Mexico and Utah. Projects could also be located anywhere in the United States, including Alaska and Hawaii. The preponderance of the work will be in Southern California. Required A-E services: SUSTAINABILITY MASTER PLANNING: Local and regional planning to include sustainability principles, sustainable urbanism, healthy community planning, energy and renewable master planning, form-based planning, landscape architecture, and electronic/web-based master planning; PROJECT PLANNING DOCUMENTS: Military Construction (MILCON) Project Planning Documentation (DD Form 1391); Demolition / Footprint Reduction and Special Projects planning documentation (DD Form 1391 and Electronic Project Generator (EPG); Preliminary and Parametric Cost Estimates; Site Approvals (Ordnance etc.); Economic Analyses (EAs) using the latest version of the Government s ECONPACK software; Asset Evaluations (AE) and or Basic Facilities Requirements (BFR) documentation; Facilities Planning Documents (FPD), using the government s web-based iNFADS program; GEO-SPATIAL INFORMATION & SERVICE: The preparation of Geo-Spatial Data services includes, preparation of maps, datasets, data models, geo-processing models and associated metadata needed to assess, evaluate, manipulate, convert, correct, project, load, link, scan and provide quality control for maps, charts, hard copy, legacy database information utilizing Microsoft Office, Adobe Acrobat, Oracle, AutoCAD, ESRI ARCView, ESRI ARCInfo, and ESRI ArcGIS Server and GPS SERVICES: GPS services include field location of map features and incorporation of location data into datasets associated with map layers; the collection of global positioning system (GPS) data using GPS equipment compatible with the NAVFAC SW Geo-Readiness Center (GRC). Other services include: Renewable energy research and or studies; Architectural studies; Civil engineering studies; Land Surveying and topographic mapping; and Hazardous materials test and abatement studies. The North American Industry Classification System (NAICS) Code is 541320 (Landscape Architectural Services) with a Small Business Size Standard of $7 million. The proposed contract will be for one base year with 4 one-year renewable options, resulting in the contract performance period maximum of 5 years. The estimated total contract price for the base year and all option years combined is $15,000,000. The maximum value of individual task orders would be $1,500,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, Woman-Owned Small Business, Economically Disadvantaged Woman-Owned Small Business and/or Service-Disabled Veteran-Owned Small Business sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner: Part I Contract Specific Qualifications: Complete Section A Contract Information. Complete Section B A-E Point of Contact. In addition to name of firm in Block 5, provide your firm s Dun and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), SBA Certified HUBZone, SDVOSB, WOSB, EDWOSB or Small Business. A set-aside cannot be reasonably determined without size and socio-economic designations. Section E Resumes: Provide a maximum of 5 resumes for key personnel on your team that would be directly responsible for performing the required services. Include the geographic office location of the individual on the resume. The prime firm must have at least one Planner on staff in the Prime s office where the majority of the work will be performed that is certified by the American Institute of Certified Planners (AICP) and another (or the same) staff member in the Prime Office where the majority of the work will be performed accredited as a Leadership in Energy and Environmental Design (LEED), Green Associate (GA) or Accredited Professional by the US Green Building Council (USGBC). Section H Additional Information: On a maximum of two pages, list a maximum of ten specific, completed, recent (within past 3 years) projects that best illustrate proposed team s qualifications in the required services. Select projects where multiple team members worked together, if possible, that demonstrate the team s capability to perform the required services. List each project as a brief paragraph listing the project title, location, team members involved, cost, completion date and how each project reflects experience in the required services. Again, each project shall be one paragraph in length. Section H Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing Location and one addressing Capacity . Entitle the first paragraph Location and within that paragraph indicate the location of the firm s main office and branch offices, and describe the team s knowledge and availability to work in the proposed geographical area. Entitle the second paragraph Capacity and within that paragraph indicate the number of employees within the firm responsible for Facility Planning required services. The Offeror/Contractor must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219.14 (b)(1) Limitation on Subcontracting. Section I Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Part II General Qualifications: Complete SF330 Part II - General Qualifications for the Prime Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (Pacific Standard Time) on Thursday, February 28, 2013. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Hal Hayes, Code RAQ20.HH, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response, in a PDF format, to harold.hayes@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with "N62473." Additional Info: https://www.neco.navy.mil Contracting Office Address: N62473 - NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA 92132 Point of Contact(s): Hal Hayes, Contract Specialist, Email: harold.hayes@navy.mil; 619-532-1251.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247313RFACP/listing.html)
- Document(s)
- Attachment
- File Name: N6247313RFACP_SF330_for_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247313RFACP_SF330_for_Sources_Sought.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247313RFACP_SF330_for_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: N6247313RFACP_SF330_for_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247313RFACP_SF330_for_Sources_Sought.pdf)
- Place of Performance
- Address: 1220 Pacific Highway, San Diego, CA
- Zip Code: 92103
- Zip Code: 92103
- Record
- SN02986053-W 20130214/130212234934-79135ace0c0ed243ca06f83716ab1b17 (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 |