Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2015 FBO #5018
DOCUMENT

C -- AE IDIQ Electrical Engineering Services, NAVFAC SW - Attachment

Notice Date
8/18/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn Code RAQ20 1220 Pacific Highway San Diego, CA
 
Solicitation Number
N6247315RELEC
 
Response Due
9/2/2015
 
Archive Date
9/17/2015
 
Point of Contact
Betty Kimes, betty.kimes@navy.mil
 
E-Mail Address
betty.kimes@navy.mil
(betty.kimes@navy.mil)
 
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, Economically Disadvantaged Woman-Owned Small Businesses and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Governments 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, 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 Electrical Engineering Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico and Utah. The preponderance of the work will be in Southern California. Primary A-E services required: preparing Requests for Proposals (RFP) for Design-Build (DB) projects; preparing fully designed plans and specifications for Design-Bid-Build (DBB) projects; electrical engineering studies that includes, but is not limited to, arc flash analysis, load requirements, energy studies, and micro-grid analysis; site and building investigations. Secondary A-E services required: other electrical engineering reports, value engineering, and economic evaluations; cost estimates; commissioning; preparation of DD Form 1391 or similar planning and programming related documents; and construction contract support services (CCSS) or post construction award services (PCAS). Support A-E services may require: technical reviews of Government prepared RFP packages for DB projects and Government prepared design documents for DBB project; geotechnical investigations; material testing; identification and abatement methods of existing asbestos containing materials, lead-based paint, and other hazardous materials; and incidental architectural, mechanical, civil and geotechnical, fire protection, environmental, and structural work. Types of projects may include, but are not limited to, new construction, repair, and renovation of the following: interior and exterior electrical systems (medium to low voltage distribution systems); primary and secondary substations; switching stations; utility control systems; airfield lighting systems; communication systems; cathodic protection; lightning protection; electronic security systems; television systems; renewable power generating systems; fire alarm systems; and Uninterruptable Power Supply (UPS)/emergency generator systems. Knowledge of current Industry Design Codes and Standards and the Department of Defense Unified Facilities Criteria (UFC) design criteria is required. This shall include, but is not limited to, the International Building Code, NFPA 70, NFPA 70e, ANSI, IEEE, IES, FC 1-300-09N, UFC 1-200-01, UFC 1-200-02, UFC 3-501-01, UFC 3-520-01, UFC 3-550-01, UFC 4-010-01, UFC 4-020-01, and UFC 4-021-02. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $15 million. The proposed contract will be for one base year with four one-year renewable options, resulting in the contract performance period of five 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 $2,000,000. The minimum value of individual task orders would be $5,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, 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: Note: In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years may demonstrate capability to perform the scope of work, it may not indicated that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. 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, EDWOSB or Small Business. A set-aside cannot be reasonably determined without size and socio-economic designations. Section E “ Resumes: Provide three (3) resumes for key electrical engineering personnel on staff of the Prime A-E firm that would be responsible for completing the required primary and secondary A-E services. Include the geographic office location of the individual on the resume. All three (3) shall be professionally registered Electrical engineers. Include the state, license number and expiration date for each proposed team member. Each resume must include a minimum of three (3) and maximum of five (5) specific, recently completed projects in which the key personnel had a significant role that demonstrates the persons capability relevant to her/his proposed role in this contract. For each project, identify the role and responsibilities of the individual, describe the specific primary and secondary A-E services performed by the individual, and provide the completion date of primary services. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as professional A-E services completed within the past five years prior to this Sources Sought announcement due date. Projects due to be completed by September 02, 2015 will be considered substantially complete. Completion date is defined as the date that the 100% of the RFP for DB was completed, the date that the final design plans and specifications were signed off by the Electrical Engineer and ready for construction with final cost estimate, or the date that the study/investigation was 100% completed and submitted. The completion date shall not include construction support services, PCAS, or inspection during construction. Projects not meeting these requirements will not be considered. Section H “ Additional Information: On a maximum of three (3) pages, list a minimum of five (5) and maximum of ten (10) specific, recently completed projects that demonstrate the prime A-Es experience in the required primary and secondary services. Include the project title, location, completion date (month and year) and describe how each project reflects experience in the required primary electrical engineering services. Include the A-E fee for the services performed. At least two (2) of the projects shall have a minimum A-E fee of $100,000. Submit at least one (1) project to demonstrate design experience with interior and exterior electrical power distribution (medium to low voltage distribution systems); at least one (1) project to demonstrate design experience with communication infrastructure; and at least one (1) project to demonstrate design experience in performing a study on one (1) of the topics listed in the primary A-E service section. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as professional A-E services completed within the past five years prior to this Sources Sought announcement due date. Projects due to be completed by September 02, 2015 will be considered substantially complete. Completion date is defined as the date the 100% of the RFP for DB was completed, the date that the final design plans and specifications, were signed off by the Electrical Engineer and ready for construction with final cost estimate, or the date that the study/investigation was 100% completed and submitted. The completion date shall not include construction support services, PCAS, or inspection during construction. Projects not meeting these requirements will not be considered. 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 teams knowledge of and availability to work in the proposed geographical area, and the ability of the firm to ensure timely response to requests for on-site support at Navy and Marine Corps installations in the NAVFAC Southwest AOR and at NAVFAC Southwest offices in San Diego, CA. Entitle the second paragraph Capacity and within that paragraph indicate the number of employees within the prime A-E firm responsible for providing electrical engineering services (not other architectural or engineering disciplines or administrative staff), and address the firms capacity to accomplish multiple small and large task orders simultaneously. The Offeror/Contractor must demonstrate adequate in-house staffing capacity 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 September 02, 2015. Please address your response to Naval Facilities Engineering Command Southwest, Attn: (Betty Kimes), Code RAQ20.BK, 1220 Pacific Highway, San Diego, CA 92132-4261 OR email your response, in a PDF format, to betty.kimes@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): Betty Kimes, Contract Specialist, Email: betty.kimes@navy.mil; 619-532-4261.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247315RELEC/listing.html)
 
Document(s)
Attachment
 
File Name: N6247315RELEC_Sources_Sought_Electrical_AE_08_18_15.pdf (https://www.neco.navy.mil/synopsis_file/N6247315RELEC_Sources_Sought_Electrical_AE_08_18_15.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247315RELEC_Sources_Sought_Electrical_AE_08_18_15.pdf

 
File Name: N6247315RELEC_SF330_for_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247315RELEC_SF330_for_Sources_Sought.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247315RELEC_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.
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN03842827-W 20150820/150818235140-15968351017cdfe0407239bb017f1c5c (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.