SOURCES SOUGHT
C -- AE IDIQ Yorktown/NNSY - Porject Information Form
- Notice Date
- 11/4/2019
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DON, Navy, Naval Facilities Engineering Command, Mid-Atlantic, ROICC Portsmouth, NAVSHIPYD, Building 491, Portsmouth, Virginia, 23709-5000, United States
- ZIP Code
- 23709-5000
- Solicitation Number
- N40085-19-R-9052
- Point of Contact
- Maurice N. Muse, Phone: 7573411652, Gary Milton, Phone: 7573412074
- E-Mail Address
-
maurice.muse@navy.mil, gary.milton1@navy.mil
(maurice.muse@navy.mil, gary.milton1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Project Information Form THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Indefinite Delivery /Indefinite Quantity Architect-Engineer (A-E) Services in support of Multi-Discipline Small Projects. Engineering and Design Services as required for construction, repair, replacement, demolition, alteration, improvements, for construction work of Special Projects and Military Construction (MILCON) facilities. These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, Federal Acquisition Regulation (FAR) Subpart 36.6. Work under the contract is anticipated to occur primarily at Norfolk Naval Shipyard (NNSY) and Naval Weapons Station (NWS) Yorktown Area of Responsibility (AOR). However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion). Projects will be renovation, repair, or minor new construction projects executed at the Public Works Departments. Projects may include multiple disciplines or single disciplines, including general building renovation work; development of Design-Bid-Build (DBB) packages; development of Design-Build (DB) request for proposal packages; conducting Life Safety Code Studies; interior space planning/design studies; engineering and design of site work; paving; landscaping; communications; fire protection; energy conservation systems; utilities; and faculty planning. Comprehensive A-E services are required for planning, design, and construction services in support of the new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities for multi-discipline small projects. AE services may include multiple disciplines or single disciplines, including but not limited to architectural, landscape architecture, structural, mechanical, electrical, civil, geotechnical, fire protection, cost engineering, and interior design. The types of projects may include administrative, industrial, maintenance, warehouses, communication, personnel support, recreation, lodging, medical, training, ranges, and roads. The types of waterfront projects may include: piers; wharves; quay (key) walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; dredging; coastal and shoreline protection; and waterfront related utilities. Utilities include steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; fire protection and alarm systems; control systems; lighting; and communications (telephone, television, fiber optics, cyber security, Supervisory Control and Data Acquisition (SCADA) control system, and Local Area Network (LAN)). Work may also include A-E services for projects ancillary to multi-discipline small projects. These include: buildings; roads; parking areas; railroads; bridges; foundations; retaining walls; failure investigation including destructive and non-destructive testing; seismic evaluation and design; progressive collapse analysis; blast resistant design; structural engineering investigations; utility systems including sanitary and storm; water systems; storm water management; sediment and erosion control; earthwork; coastal and shoreline; surveying; pavement design; and civil engineering studies. Specialize service may be required for telecommunications, physical security, audio-visual and collateral equipment. Facility types may include, but are not limited to - roadway pavements and associated infrastructure, base utilities, personnel housing facilities (Bachelor Enlisted Quarters (BEQ) and Bachelor Officers Quarters (BOQ)), hospitality; office facilities (medical, and secure facilities); training facilities (operational, maintenance, and classroom); industrial maintenance facilities (vehicle maintenance shops, intermediate maintenance activities, public works shops, and warehouses) renovation/construction of laboratory spaces and facilities and Research, Development, Test, and Evaluation (RDT&E) spaces and facilities. In addition, substantial work associated with ordnance production/storage facilities including electrical hazard classifications required to be designed to Naval Sea Systems Command Ordnance Pamphlet 5 (NAVSEA OP 5) Explosives Safety Management Policy requirements. The target award for this IDIQ project is between $25,000,000 and $100,000,000. All service-disabled Veteran-owed small businesses, certified HUB-Zone small businesses, and certified 8(a) small businesses are encouraged to respond. Upon review of industry response to the 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 office anticipates award of a contract for these services no later than July 2020. The appropriate NAICS Code is 541330. The small business size classification for this procurement is $16.5M. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. RESPONSES ARE DUE ON FRIDAY, 15 NOVEMBER 2019, by 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by email to the following address: maurice.muse@navy.mil. Questions or comments regarding this notice may be addressed by email to Maurice Muse at maurice.muse@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470NNSY/N40085-19-R-9052/listing.html)
- Place of Performance
- Address: Norfolk Naval Shipyard (NNSY) and Naval Weapons Station (NWS) Yorktown, United States
- Record
- SN05489432-W 20191106/191104230919-d1e7fea560ab9afa6995cee26346c126 (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 |