SOURCES SOUGHT
C -- Design projects and other engineering services for the following types of Facilities: Airfield Facilities, Waterfront Facilities, Operational Facilities, Industrial Facilities, Water Treatment Facilities and associated work, and Utility System upgrades - Sources Sought
- Notice Date
- 1/28/2014
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ, 6506 Hampton Blvd. Bldg A, Norfolk, Virginia, 23508-1278
- ZIP Code
- 23508-1278
- Solicitation Number
- N6247014R3007
- Archive Date
- 3/15/2014
- Point of Contact
- Katya Oxley, Phone: 7573224735
- E-Mail Address
-
katya.oxley@navy.mil
(katya.oxley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice attached THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The intent of this sources sought synopsis is to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone) Small Business, Service Disabled Veteran Owned Small Business, Women Owned Small Business (WOSB), and Small Business firms for an Indefinite Quantity contract for Engineering and Design Services for design projects located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide. Projects will be in the primary area of the NAVFAC EURAFSWA AOR in Europe, Africa, and Southwest Asia; however, contract task orders may be placed for work on any DoD Activity worldwide. One Indefinite Quantity Contract will be awarded as a result of this competition. 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. This is not a solicitation but Sources Sought only. After review of the responses submitted, a solicitation announcement will be published in the Federal Business Opportunities if the Government intends to continue with the procurement. The type of design projects expected to be performed under the contract includes, but is not limited to: Airfield Facilities, Waterfront Facilities, Operational Facilities, Industrial Facilities, Water Treatment Facilities and associated work, and Utility System upgrades. Architect-Engineering and Engineering Services that may be required under this contract include DD Form1391 documentation, Design-Build RFPs, 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. The DD Form 1391 documentation is prepared in the Navy's Electronic Project Generator (EPG) and includes cost valuation surveying, concept sketches, site sketches with utility points of connections; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, and drawings in AutoCAD format. Firms will also be required to provide document s in PDF format. Most projects require design in the metric system. As defined by paragraph 1-5 of UFC3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant. Also, in accordance with UFC 3-120-10, the services of a practicing, certified or registered interior designer will be required for this contract. The Government will reserve an option to negotiate Design-Build RFPs, final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects. Should a future requirement (s) evolve from this preliminary planning purpose, the Government intends to issue a Solicitation Notice and award one Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an estimated value of $10 million. The contract term will be a base year and four one year option periods. The task order projects will vary in magnitude. The NAICS code is 541310, Architectural Services. The small business size standard is $7 million. Statement of Capabilities submittal requirements: The Statement of Capabilities (SOC) will determine the feasibility and/or basis for the Government's decision to proceed with acquisition. Interested firms must submit a SOC, which describes in details the firm's capability of providing the described services. The Government will evaluate sources' capabilities based on the following: 1. Prime and key consultants' recent experience (within the last 5 years) with regard to the services listed above, knowledge of pertinent regulations, and experiences working within NAVFAC EURAFSWA AOR and Worldwide. Provide a minimum of three and a maximum of six project examples from current or past contracts that demonstrate this experience. Individual projects (task orders or stand-alone contracts) under $50,000 will not be considered. One or more individual project(s) of $500,000 should be included in the examples provided. 2. Professional qualifications and capabilities of the staff to be assigned to the resulting contract; include experience within the past 5 years in the types of work addressed above. Firms will be evaluated in terms of their staff's active professional registration, role expected to play in this contract and roles they played in the projects addressed in item 1 above. Differentiate between planning and design experience. 3. Provide an overall management plan for this contract; in particular illustrate management's approach/plan to utilize in-country consultants to assure that design is compatible with in-country materials, standards and codes, and in-country construction practices. 4. If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable professional qualifications and experience for each member, and to what extent your firm has worked with the proposed subcontractors in the past. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). A small business prime will be required to comply with FAR 52.219-14 which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract. SUBMISSION REQUIREMENTS: It is requested that interested firms submit to the contracting office a brief Statement of Capabilities (no longer than 20 pages in length) demonstrating their ability to meet and execute the requirements as set forth above, and including company or organization name and address, point of contact, telephone and facsimile number, email address; DUNS Number, Cage Code number, and indicating whether you are a small business, small disadvantage business, woman-owned business, etc. Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent projects (minimum of three maximum of six), which demonstrate an ability to meet the qualification criteria listed above. Provide the contract number, contract type (i.e. fixed price, indefinite quantity/indefinite delivery, cost reimbursement, etc.), project value, contract value and point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed. List key personnel that participated in the projects and their responsibilities. Provide your ability to meet the qualifications described above relative to your firm/team. Provide business name, address, telephone number and business site, socioeconomic category for NAICS code 541310, average number of employees of the concern, and average annual receipts based on the last 3 fiscal years. Responses are due 28 February 2014 at 14:00 EST. Submissions should be sent either by email to katya.oxley@navy.mil or by mail to the following address: Naval Facilities Engineering Command, Atlantic 6506 Hampton Blvd. LRA, Bldg. A ATTN: Ms. Katya Oxley, Code ACQ34 Norfolk, Virginia 23508-1278 This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide a "debrief" on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. POINT OF CONTACT: Katya Oxley, Contract Specialist; Phone: (757)322-4735; Email: katya.oxley@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247014R3007/listing.html)
- Place of Performance
- Address: Worldwide, United States
- Record
- SN03276024-W 20140130/140128234517-d63ec40d918f6b6817ef0d87077050bd (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 |