SOURCES SOUGHT
C -- Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Multi-Discipline Architect-Engineer (A-E) Services In Support Of Large Waterfront Projects Primarily in the Hampton Roads Area of Virginia
- Notice Date
- 12/7/2020 1:20:04 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008521R2503
- Response Due
- 12/18/2020 11:00:00 AM
- Archive Date
- 01/02/2021
- Point of Contact
- Michelle Corsino, Phone: 7573410216
- E-Mail Address
-
michelle.a.corsino@navy.mil
(michelle.a.corsino@navy.mil)
- Description
- 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 Systems Command, Mid-Atlantic is seeking eligible small business firms capable of Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Multi-Discipline Architect-Engineer (A-E) Services In Support Of Large Waterfront Projects Primarily in the Hampton Roads Area of Virginia.� 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 this contract is anticipated to be located primarily in the Hampton Roads Area including Joint Expeditionary Base Little Creek-Fort Story, Virginia Beach, Virginia; Naval Station Norfolk, Norfolk, Virginia; Naval Air Station Oceana and Dam Neck Annex, Virginia Beach, Virginia; Naval Weapons Station Yorktown-Cheatham Annex, Yorktown, Virginia; Norfolk Naval Shipyard, Portsmouth, Virginia. However, work may be ordered throughout the entire Naval Facilities Engineering Systems Command world-wide.� Comprehensive A-E services are required for planning, design, construction, renovation, rehabilitation, and repair of large waterfront projects. Projects may include single or multiple disciplines, including, but not limited to, structural, ocean, naval, civil, mechanical, electrical, architectural, planning, environmental, fire protection, security, cost estimating, geotechnical. The types of waterfront projects may include but not limited to piers; wharves; quay walls; dry docks; bulkheads; crane rail systems; fender systems; berthing and mooring; dredging; coastal and shoreline protection; waterfront utilities for shore support of berthing vessels and for performing operations on piers/wharfs.� Utilities may include but not limited to steam; low and high pressure compressed air; fresh water; salt water; pure water; sanitary sewer; oily waste water collection; fuel; high voltage to low voltage electrical; fire protection and alarm systems; control systems; lighting; and communications (telephone, television, fiber optics, cyber security, SCADA, and local area network). Work may also include A-E design and engineering services for projects ancillary to waterfront projects, such as: buildings; roads; parking areas; railroads; bridges; culverts; foundations; retaining walls; underground structures, etc.. Engineering services may include but not limited to engineering investigations, failure investigation with destructive and non-destructive testing; seismic evaluation and retrofit ; progressive collapse analysis; blast resistant design; civil engineering, survey; engineering studies. Specific types of A-E services that may be required under this contract include: facility planning and project development; engineering studies; development of conceptual designs; development of design-bid-build packages; development of design-build Request for Proposal (RFP) packages; preparation of cost estimates using unit guidance and parametric cost estimating; development of alternatives and economic analysis; facility condition assessment; vessel collision analysis; wave analysis; field investigations (including utility and geotechnical); surveying and mapping; geotechnical investigations; soil sampling and testing; underwater inspections; engineering inspections; consultations; energy computations; obtaining permits and regulatory approvals; environmental investigation and consultation; hazardous materials testing and identification; review of contractor submittals, field consultation and inspection during construction; Operation and Maintenance Support Information (OMSI); as-built drawing preparation; FACD/design charrette/other design and construction related workshops and meetings; Title II services; and incorporation of sustainable engineering design practices. Facility planning and project development includes: planning studies; project programming documents (DD Form 1391 development); developing of requirements; preparing engineering evaluations; project scope; unit guidance or parametric cost estimating; cost valuation surveying; development of alternatives and economic analysis; analysis of proposed sites for foundations; utilities; access; constraints and identification of environmental issues; concept and site sketches; recommendations on potential utilities impacts; sustainable features; and may require enhancement of previously prepared basic documentation. DD Form 1391 documentation will be required to be prepared in the Navy's Electronic Procurement Generator (EPG). A-E firms are required to prepare cost estimates utilizing the MCACES MII estimating specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications. 3D and BIM modeling may also be required. Selected firm will be required to provide documents in PDF format. Final documents will require electronic signatures following the NAVFAC signature process and using required software. All projects will require design in the metric system (SI), unless specifically exempt. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant. A-E firms or others under contract or providing services to NAVFAC may request software installation packages from NAVFAC Atlantic CI Cost. The A-E is to send an email to NAVFAC-CI-Cost@navy.mil with the following in the Subject Section ""MII License Request"".� Software is generally distributed to A-Es free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user. Asbestos and/or lead-based paint assessments may be required on this contract to determine the presence of hazardous material during removals/demolition or at utility points of connections. Work on and around waterfront structures, including under deck and underwater, and work in confined spaces may be required on this contract.� A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials, work on and under waterfront structures, and in confined spaces. The target award for this AE IDIQ contract is $95,000,000. All small businesses, woman-owned small businesses, veteran-owned small businesses, 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 November 2021. The appropriate NAICS Code is 541330 � Engineering Services.� 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.� It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum) demonstrating ability to perform the requested services.� This documentation shall address, at a minimum, the following: Relevant Experience: Relevant Experience to include experience in performing efforts of similar scope and complexity within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein Please use the attached Project Information Form for each project submitted demonstrating the requisite experience. � Workload and Availability: The Government will also assess the ability of potential offerors to manage their firm�s present workload and availability of their project teams (including consultants) for the specified contract performance period.� Potential offerors are requested to describe the workload/availability of their key personnel during the anticipated contract performance period and the ability of their firm to provide qualified backup staffing for key personnel to ensure continuity of services.� General statements of availability/capacity may be considered less favorably.� Typical task orders issued under this contract are expected to range between $100,000 to $5,000,000.� Historically, the yearly projected workload can yield up to 10 task orders.� Project programs typically supporting this contract are Special Projects and Military Construction Programs.� � Limitations on Subcontracting: Additionally, the Government will assess the firm�s ability to be compliant with FAR 52.219-14, Limitations on Subcontracting (March 2020) (Deviation 2020-O0008).� Potential offerors are requested to describe their plan to complete the work anticipated under this contract with qualified personnel and continuity of service that satisfies the requirements of FAR 52.219-14 (e)(1) under which the contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.� A company profile shall also be included utilizing the attached Contractor Information Form.� This will include the number of employees, office locations(s), DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON THURSDAY, 18 DECEMBER 2020, by 2:00 PM EASTERN.� LATE RESPONSES WILL NOT BE ACCEPTED.� The package shall be sent by email to the following address: michelle.a.corsino@navy.mil. Questions or comments regarding this notice may be addressed by email to Michelle Corsino at michelle.a.corsino@navy.mil�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d1b1749327c94bba9402a211c2605399/view)
- Place of Performance
- Address: VA, USA
- Country: USA
- Country: USA
- Record
- SN05868302-F 20201209/201207230146 (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 |