Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2014 FBO #4743
SOURCES SOUGHT

C -- Architect-Engineer Services for developing Basic Facility Requirements (BFR) documents, performing Asset Evaluations and developing Current Condition Floor Plans (CCFP)

Notice Date
11/17/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247015R5003
 
Response Due
12/1/2014
 
Archive Date
12/12/2014
 
Point of Contact
Jennifer S. Jordan,Contract Specialist, Phone 757-322-4649, Fax 757-322-4178
 
E-Mail Address
jennifer.s.jordan@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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, Economically Disadvantaged Women Owned Small Business (EDWOSB), and Small Business firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A and E Services for preparation of Navy and Marine Corps Basic Facility Requirements (BFR), Asset Evaluations (AE), and Current Condition Floor Plans (CCFP). The primary geographic area covered by this contract encompasses the Naval Facilities Engineering Command, Atlantic s (NAVFAC Atlantic) area of responsibility (AOR) and the adjacent waters of the Atlantic and Pacific Oceans, including the Continental United States (CONUS), the Caribbean, Europe and North Africa; however, contract task orders may be placed for work on any Naval Facilities Engineering Command Area of Responsibility, 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. NAVFAC Atlantic is seeking eligible business firms capable of providing Architect-Engineer Services for developing Basic Facility Requirements (BFR) documents, performing Asset Evaluations and developing Current Condition Floor Plans (CCFP) of US Navy and other DoD facilities. Should a future requirement (s) evolve from this preliminary planning purpose, the Government intends to issue a Solicitation Notice and Single award Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract that cover all the required elements of this notice with an estimated value of $15 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 for this proposed procurement is 541330 Engineering Services small business size standard is $15,000,000. 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 primary tasks anticipated under this contract include developing Basic Facility Requirements (BFR) documents, performing Asset Evaluations and developing Current Condition Floor Plans (CCFP). Basic Facility Requirements (BFR) are developed to determine what facilities are required to perform the assigned mission. The contractor will calculate the BFR by Category Code, Special Area, and Host and its tenants for each site. BFRs are the result of an analysis of projected mission and base/tenant loading, operational considerations, activity and surrounding community conditions, and sound professional judgment. BFRs are intended to be the minimum facilities necessary for efficient operation and are not directly constrained by anticipated funding levels, individual operational priorities or inefficiencies in existing facilities. An Asset Evaluation (AE) is an on-site inspection of an Activity s buildings and structures that is performed jointly by the contractor and the activity. During an AE, existing facilities are inspected to verify current occupancy, floor areas and usage, and to assess their ability to satisfy designated present uses. Data will include photos of buildings. A Current Condition Floor Plan (CCFP) is an on-site development of floor plans for an Activity s buildings and structures that reflects the current conditions of the facilities. Data collection shall include but will not be limited to: hard walls, door locations and widths, window locations and widths, columns, plumbing fixtures, elevator shafts and stairways. Cubicle level data may be collected as part of this effort. Floor plans will be developed in AutoCAD. The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed above. Firms and personnel may be required to work within classified facilities and be exposed to classified information that will require additional security clearance. 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 iNFADS and GRX or individual installation s computer system. All drawings, when required, shall be submitted in an AutoCAD compatible format. Statement of Capabilities submittal is required. 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 s Worldwide AOR. Provide a minimum of three and a maximum of five 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 $750,000 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 verify that space requirements for the BFRs meet the requirements of both the US and host countries. 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 demonstrating their ability to meet and execute the requirements as set forth above, on 8 by 11-inch standard paper, single spaced, 12 point font minimum and limited to 20 single sided pages (including all attachments). Provide your ability to meet the qualifications described above relative to your firm/team. Provide business name, address, point of contact, telephone number, email address; DUNS Number, Cage Code number, and socioeconomic category for NAICS code 541330, indicating whether you are a small business, small disadvantage business, woman-owned business, etc. and business site, average number of employees of the concern, and average annual receipts based on the last 3 fiscal years 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 five), 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. Provide by listing key personnel that participated in the projects and their responsibilities. RESPONSES ARE DUE ON MONDAY DECEMBER 01, 2014, BY 9:00 A.M. EST. The package shall be sent either by mail to the following address: Commander Naval Facilities Engineering Command, Atlantic, ACQ34 (ATTN: Jennifer S. Jordan) 6506 Hampton Blvd Bldg. A Room 1105 Norfolk, VA 23508-1278 or electronically : Jennifer.s.jordan@navy.mil 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. SUBMISSIONS ELECTRONIC OR MAIL MUST BE RECEIVED AT THE OFFICE CITED NO LATER THAN 9:00 A.M. EASTERN DAYLIGHT TIME ON 01 DECEMBER 2014. LATE RESPONSES WILL NOT BE ACCEPTED. 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: Jennifer S Jordan, Contract Specialist; Phone: (757)322-4735 Email: jennifer.s.jordan@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247015R5003/listing.html)
 
Record
SN03575014-W 20141119/141117234619-08120a9759064412b814073ef51c530f (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.