Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2020 SAM #6757
SOURCES SOUGHT

C -- Indefinite-Delivery Indefinite-Quantity Architect-Engineer Contract for Facility Planning Services, NAVFAC SW AOR,

Notice Date
5/28/2020 11:46:58 AM
 
Notice Type
Sources Sought
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-20-R-PLAN
 
Response Due
6/15/2020 1:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Harold W. Hayes, Phone: 6195323065
 
E-Mail Address
harold.hayes@navy.mil
(harold.hayes@navy.mil)
 
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 Facility Planning Services at various Government Installations primarily in the NAVFAC SW area of responsibility (AOR) in California, Arizona, Nevada, Colorado, New Mexico, and Utah, but may be available to the NAVFAC Pacific and Atlantic Areas of Responsibility as approved by the NAVFAC SW Procuring Contracting Officer. Preponderance of work is anticipated to be in Southern California. The goal of this announcement is to obtain information on available A?E firms who can provide Facility Planning services to support NAVFAC�s program. A?E services required: a. PRIMARY SERVICES: PROJECT PLANNING DOCUMENTS: Military Construction (MILCON), Demolition, and Special Projects Planning: DD Form 1391s; Design-Build (DB) Request for Proposal (RFP) preparation of schematic design (layout, functional drawings and studies) up to 10%-15% completion; design charrettes; functional analysis concept development (FACD) studies; planning documentation in Electronic Project Generator (EPG); Preliminary and Parametric Cost Estimates; Site Approvals (Ordnance etc.); Economic Analyses (EAs); Asset Evaluations (AEs); Basic Facilities Requirements (BFRs); and Facilities Planning Documents (FPDs) utilizing the government�s web-based internet Naval Facilities Asset Data Store (iNFADS) program.� Support services may include architectural, civil engineering, landscape architectural, mechanical, electrical, fire protection, geotechnical / subsurface, anti-terrorism / force protection, cybersecurity, utility, renewable energy, and hazardous materials studies. b. SECONDARY SERVICES: SHORE INFRASTRUCTURE MASTER PLANNING: Local and regional planning to include sea level rise / extreme water levels, sustainable urbanism, healthy community planning, campus planning, form-based planning, energy and renewable master planning, transportation planning, water conservation planning, low-impact development, web-based master planning and other planning documents which incorporate sustainability principles. GEOSPATIAL INFORMATION & SERVICE (GIS), AND CADASTRAL SUPPORT SERVICES:� Preparation of spatial and non-spatial data acquisition; data for the enterprise GIS database systems in accordance with current Navy Data Model standards (NDM 4x); preparation of maps, datasets, data models, geo-processing models, automation scripts utilizing Microsoft Office, Adobe Acrobat, Oracle, AutoCAD, ESRI ArcGIS Product Suite; and GPS services which include the collection of global positioning system (GPS) data using GPS equipment compatible with the NAVFAC SW GeoReadiness Center (GRC); land surveying and topographic mapping. Incidental training related to the primary or secondary services. The North American Industry Classification System (NAICS) Code is 541320 (Landscape 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 $15,000,000. The maximum value of individual task orders would be $1,500,000. The minimum value of individual task orders would be $10,000. 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 minimum of three (3) and a maximum of five (5) resumes for key personnel on your team that would be directly responsible for performing the required services.� If firm principals will not perform work on the contract, do not include those resumes.� Include the geographic office location of the individual on the resume. At least one (1) of the key personnel shall be a professionally registered planner certified by the American Institute of Certified Planners (AICP) and be on staff of the Prime A-E firm. Each resume shall include a minimum of three (3) and a maximum of five (5) specific, recently completed projects that best illustrate the individual member�s qualifications in performing the required A-E 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 Facility Planning services completed by the individual within the past five years prior to this Sources Sought Synopsis announcement due date of May 28, 2020. Section H � Additional Information: On a maximum of two pages, list a minimum of five (5) and a maximum of ten (10) specific, recently completed projects that best illustrate proposed team�s qualifications in the required services. Include the A-E fee for the services performed. At least three (3) of the projects shall have both a minimum A-E fee of $250,000 for Facility Planning services and be self-performed by the Prime A-E firm. At least one (1) project shall have both a minimum A-E fee of $500,000 for Facility Planning services and be self-performed by the Prime A-E firm. 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 contracted A-E Facility Planning services completed by the firm within the past five years prior to this Sources Sought Synopsis announcement due date of May 28, 2020. Select projects where multiple team members � including sub-contractors - worked together, that demonstrate the team�s capability to perform the required services. List each project as a brief paragraph listing the project title, location, team members involved, cost, planning services and construction completion dates (as applicable) and how each project reflects experience in the required services. Section H � Additional Information: On a maximum of one (1) 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, branch offices, and which office will provide the majority of the work and describe the designated prime office team�s knowledge and availability to work in the proposed geographical areas of this contract. Entitle the second paragraph �Capacity� and within that paragraph indicate the number of employees within each geographic office location of the firm responsible for the required A-E services and address the firm�s capacity and methods to manage and perform quality assurance / quality control of multiple small and large task orders simultaneously. The Offeror/Contractor must demonstrate adequate in-house staffing capable 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 A-E Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 1:00 PM PST on June 15, 2020. Please address your response to Harold Hayes, in a PDF format, to harold.hayes@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/56e1f3883a844c6185562a1ea8cf9046/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN05673818-F 20200530/200528230204 (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.