DOCUMENT
C -- Waterfront Engineering Services AE IDIQ at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah but may include work worldwide. - Attachment
- Notice Date
- 12/5/2017
- 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
- N6247318RWATR
- Response Due
- 12/20/2017
- Archive Date
- 1/4/2018
- Point of Contact
- Phyllis M. Orman
- E-Mail Address
-
s.orman@navy.mil<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 Small Businesses, Woman-Owned Small Businesses (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The 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 market research. Naval Facilities Engineering Command Southwest(NAVFAC SW) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources with current relevant experience, personnel, and capability to perform the Architect-Engineer (A-E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Waterfront Engineering Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah but may include work worldwide. The preponderance of work will be in Southern California. The goal of this announcement is to obtain information on available A-E firms who can provide Waterfront Engineering services similar to those anticipated under this contract. The type of A-E services expected to be performed under this contract may include the preparation of Design-Build (DB) Request for Proposals (RFP), Design-Bid-Build (DBB) construction contract packages (i.e., drawings, specifications, basis of design, design analysis, engineering calculations, cost estimate, etc.), reports/studies including utilities studies, technical reviews of Government prepared RFP packages for DB projects, Government prepared design documents for DBB projects, site investigations; to support new development of facilities on raw land, or redevelopment of existing facilities on developed sites; and support and coordination of various technical disciplines, such as, architectural, electrical, civil, structural, geotechnical, and environmental. A-E services may also include preparation of DD Form 1391 or similar planning and programming related documents, Construction Contract Support Services (CCSS), and Post Construction Award Services (PCAS). A-E services may require antiterrorism/force protection, fire protection, identification and abatement methods of existing asbestos containing materials, lead-based paint and other hazardous materials; addressing constructability issues, such as, phasing of work in occupied and unoccupied facilities; and disruption of both utilities and operations of the site and building occupants during construction. A-E services may require experience applying sustainability concepts through an integrated, cost effective design approach and designing in accordance with recognized sustainability rating systems such as Green Globe, LEED, etc. Types of projects may include, but are not limited to: new construction, repair, and renovation of piers, marinas, buoys, wharves, quay walls, bulkheads, fendering, mooring, shore protection systems, dry docks, vessel access structures, magnetic silencing facilities, dredging, cathodic protection and marine coatings, utilities for marine operations and waterfront structures, hydrographic and topographic surveys, crane capacity studies, structural material sampling, testing, and analysis, including service life modelling for reinforced concrete structures. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $15,000,000. The proposed contract will be for a total performance period of five years. The estimated total contract price is $30,000,000. The maximum value of individual task orders executed under this contract is $1,500,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB 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 indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC SW 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 the name of the 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 and/or Small Business (identify all that apply). A set-aside cannot be reasonably determined without size and socio-economic designations. Section E Resumes: Provide a maximum of five (5) resumes for key personnel that would be responsible for completing the required services. At a minimum, two (2) key personnel shall be professionally registered Civil Engineers, additionally one (1) other key personnel member shall be a professionally registered Structural Engineer (distinct from the two (2) Civil Engineers); all three (3) shall be on the staff of the Prime A-E firm and must be professionally registered in the state of California. All key personnel must include the state where registration was issued, registration number, expiration date of registration, and geographic office location for each proposed key personnel member. Each resume must include a maximum of five (5) specific, recently completed projects that best illustrate the individual member s qualifications in performing the listed A-E services. For each project, the individual must describe how significant his/her role and responsibilities were in the services, specific services performed, and provide the completion date of the 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 December 5, 2017. Completion date of primary services is defined as final maps and/or documents, signed off by a professional Civil or Structural Engineer. For the remaining services, completion date is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may not be considered. Section H Additional Information: On a maximum of three (3) pages, list a maximum of ten (10) specific, recently completed projects that demonstrate the overall team experience in the required A-E services. At a minimum, each project description shall include the project title, cost, completion date and how each project reflects experience in the required 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 December 5, 2017. Completion date of primary services is defined as final maps and/or documents, signed off by a professional Civil or Structural Engineer. For the remaining services, completion date is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may 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 team s knowledge of and availability to work in the proposed geographical area, and the ability of the firm to ensure timely response to requests for onsite support at military installations within the NAVFAC Southwest AOR and at NAVFAC Southwest offices in San Diego, CA. Entitle the second paragraph Capacity and within the paragraph indicate the number of employees within the prime A-E firm responsible for providing Waterfront Engineering services, and address the firm s capacity to accomplish multiple task orders simultaneously. The firm shall list all the professionally registered Civil and Structural Engineering personnel who will be involved in providing the required services. 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 clauses pertaining to 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 A-E Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 11:00 AM on December 20, 2017. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Phyllis M. Orman, Code RAQ20.PO, 1220 Pacific Highway, San Diego, CA 92132-5190 OR email your response, in a PDF format, to phyllis.orman@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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247318RWATR/listing.html)
- Document(s)
- Attachment
- File Name: N6247318RWATR_revised_Waterfront_Eng_Sources_Sought_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N6247318RWATR_revised_Waterfront_Eng_Sources_Sought_Synopsis.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247318RWATR_revised_Waterfront_Eng_Sources_Sought_Synopsis.pdf
- File Name: N6247318RWATR_SF330forSourcesSought.pdf (https://www.neco.navy.mil/synopsis_file/N6247318RWATR_SF330forSourcesSought.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247318RWATR_SF330forSourcesSought.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247318RWATR_revised_Waterfront_Eng_Sources_Sought_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N6247318RWATR_revised_Waterfront_Eng_Sources_Sought_Synopsis.pdf)
- Place of Performance
- Address: 1220 Pacific Highway, San Diego, CA
- Zip Code: 92132
- Zip Code: 92132
- Record
- SN04756757-W 20171207/171205231052-20e7f849de16949a322a1d7fe61d92c7 (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 |