Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOURCES SOUGHT

C -- Indefinite-Delivery, Indefinite-Quantity (IDIQ) 8(a) contract for Architectural Design Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah but may include work worldwide

Notice Date
4/7/2020 10:03:58 AM
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-20-R-AESS
 
Response Due
4/21/2020 2:00:00 PM
 
Archive Date
05/06/2020
 
Point of Contact
Gene Romig, Phone: 6195323834
 
E-Mail Address
larry.romig@navy.mil
(larry.romig@navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
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 U.S. Small Business Administration (SBA) certified 8(a) Businesses. 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 SBA certified 8(a) 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 Architectural Design 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 Architectural design services to support NAVFAC�s Capital Improvement program. It is essential the A-E firm has comprehensive understanding of the Industry Design Codes and Standards and the Department of Defense Unified Facilities Criteria (UFC); such as, Antiterrorism, Energy and Sustainable Design, Fire Protection, Safety and Health Requirements criteria. Primary A-E services required: preparation of Requests for Proposals (RFP) for Design-Build (DB) projects; fully designed plans and specifications; site investigations to support new development of facilities on raw land and/or redevelopment of existing facilities on developed sites; studies/reports/ evaluations related to the designs of new buildings/facilities and/or renovation/repair of existing buildings/facilities. Secondary A-E services required: preparation of cost estimates; construction contract support services (CCSS) or post construction award services (PCAS); technical reviews of Government prepared RFP packages for DB projects and/or fully designed plans and specifications; and preparation of DD Form 1391 or similar planning and programming related documents Support A-E services may require: coordination of various technical disciplines, such as, civil, structural, mechanical, electrical, fire protection, geotechnical; identification and abatement methods of existing asbestos containing materials, lead-based paint, and other hazardous materials. Types of projects may include, but are not limited to, new construction and renovation/repair of large operational and training, commercial, institutional, industrial, research and development, medical, and quality of life buildings/facilities. The North American Industry Classification System (NAICS) Code is 541310 (Architectural Services) with a Small Business Size Standard of $8,000,000. The proposed contract will be for a total performance period of five years. The estimated total contract price is $20,000,000. The minimum value of individual task orders executed under this contract is $5,000. The maximum value of individual task orders executed under this contract is $500,000. Interested SBA certified 8(a) 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). 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. All key personnel must be professionally registered/accredited in their discipline. The resume must include the state where registration was issued, registration number, expiration date of registration, and geographic office location for each proposed key personnel member. At a minimum, three (3) professionally registered Architects shall be on staff of the Prime A-E firm. At least one (1) key personnel shall be an Accredited Professional in Leadership in Energy and Environmental Leadership (LEED) or equivalent organization. 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 primary and secondary services. For each project, the individual must describe the specific architectural design services performed, how significant his/her role and responsibilities were in these services, 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 this Sources Sought Synopsis announcement due date. �Completion date� of primary services is defined as 100% of the RFP for DB or final design plans and specifications, signed off by an Architect-Engineer and ready for construction with final cost estimate; and does not include Post Construction Award Support (PCAS). For the remaining services, completion date is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements will not be considered. Section H � Additional Information: On a maximum of three (3) pages, list a maximum of five (5) specific, recently completed projects that demonstrate the overall team experience in the required primary and secondary services. At a minimum, each project description shall include the project title, location, cost, completion date (month and year) and how each project reflects experience in the required primary and secondary services. Include the A-E fee for the services performed. For the purposes of this evaluation, relevant projects are further defined as types of projects specified in this solicitation, with an A-E fee of $5,000 or greater.� Include the following: A minimum of two (2) projects shall demonstrate relevant experience with projects having professional fees greater than $300,000. A minimum of one (1) Design-Bid-Build (Plans & Specs) project to demonstrate relevant design experience with new buildings/facilities. A minimum of one (1) project to demonstrate relevant design experience with renovation/ repair of existing buildings/facilities. Note: A single project may satisfy more than one of the above minimum requirements. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Relevant work is that which is the same or similar to the primary and secondary services that may be ordered under this contract. �Recent� is defined as professional A-E services completed within the past five years prior to April 7, 2020. ��Completion date� of primary services is defined as 100% of the RFP for Design-Build or final design plans and specifications for Design-Bid-Build, signed off by an Architect-Engineer and ready for construction with final cost estimate; and does not include PCAS. 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 Architectural design services, and address the firm�s capacity to accomplish multiple 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 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 2:00 PM (Pacific Standard Time) on April 21, 2020. Please email your response, in a PDF format, to larry.romig@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the website at https://beta.sam.gov/ and begin with �N62473.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a6e13786fac94069824d453513635e36/view)
 
Place of Performance
Address: San Diego, CA 92139, USA
Zip Code: 92139
Country: USA
 
Record
SN05613542-F 20200409/200407230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.