Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2022 SAM #7582
SOURCES SOUGHT

99 -- NAVFAC Mid-Atlantic, Marine Corps Area of Responsibility (AOR) AE IDIQ

Notice Date
9/1/2022 6:29:23 AM
 
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
N4008522R2736
 
Response Due
9/15/2022 11:00:00 AM
 
Point of Contact
Scott Schulz, Phone: 7573410082
 
E-Mail Address
scott.c.schulz.civ@us.navy.mil
(scott.c.schulz.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR INVITATION FOR BIDS.� THE NOTICE DOES NOT COMMIT THE GOVERNMENT TO ISSUE ANY TYPE OF SOLICITATION OR AWARD AN ULTIMATE CONTRACT.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� THE NOTICES DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH.� THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS NOTICE. � The Naval Facilities Engineering System Command, Mid-Atlantic is seeking eligible small business firms capable of performing Engineering and Design Services as required for new construction, repair, replacement, demolition, alteration, improvements for Military Construction (MILCON) and Special Projects 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 NAVFAC Mid-Atlantic, Marine Corps Area of Responsibility (AOR) including Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, Marine Corps Air Station Beaufort, Marine Corps Base Camp Lejeune and Marine Recruit Depot Parris Island.� However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion).� The Indefinite Delivery Indefinite Quantity contract will be for a five-year ordering period. Projects may including new construction and general building renovation work; development of Design-Bid-Build (DBB) packages; development of Design-Build (DB) request for proposal packages. 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 design projects.� AE services may include multiple disciplines or single disciplines, including but not limited to architectural, landscape architecture, interior design, structural, mechanical, electrical, civil, geotechnical, fire protection, and cost engineering.� The types of projects may include, industrial, maintenance, warehouse, communications, training, hangars, runways/taxiways, and airfield operation facilities.� Projects may include ancillary facilities and utilities that support airfield and industrial facilities such roads, parking areas, railroads, bridges, foundation and retaining walls.� Utilities include steam; low pressure compressed air; fresh water; sanitary sewer; storm water; oily waste water collection; natural gas; 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 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; surveying; pavement design; and civil engineering studies, conducting Life Safety Code Studies; interior space planning/design studies; building envelope studies; hazardous material surveys; Historic American Engineering Records, Historic American Buildings Surveys, engineering and design of site work; paving; landscaping; communications; fire protection; energy conservation systems; utilities; and facility planning.� Specialized service for telecommunications, physical security, audio-visual and collateral equipment may be required.� Facility types may include, but are not limited to, pavements and associated infrastructure, base utilities, industrial maintenance facilities (vehicle maintenance shops, intermediate maintenance activities, public works shops, and warehouses) and airfield operation facilities. The target award for this IDIQ contract is anticipated to be $95,000,000 with a five year ordering period.� All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), and 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 April 2023. The appropriate NAICS Code is 541330.� The small business size classification for this procurement is $22,500,000.� 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.� Please use the attached Project Information Form for each project submitted demonstrating the requisite experience. � 1.������ Relevant Experience:� Relevant Experience to include MILCON experience and experience in performing efforts of similar scope and complexity within the last eight 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.� The relevant experience project submitted is defined as and shall include the following attributes: A)� Size:� A final construction cost of $10,000,000 or greater.� At least one (1) project must have a final construction cost of $75,000,000 or greater.� B)� Scope/Complexity:� Individual projects shall demonstrate relevant design experience on each of the following: Designing and providing full construction drawings and specifications for military aircraft facility projects. Designing and providing full construction drawings and specifications for new building construction of an Industrial Facility, Aircraft Maintenance Facility or Aircraft Hangar. Designing and providing full construction drawings and specifications for Interior/exterior alteration or renovation of a building(s) that include repairs to multiple building systems and infrastructures. Note:� Projects submitted that only include utilities and horizontal or civil site work will NOT be considered relevant. Among submitted relevant projects, all three elements of Scope/Complexity listed above must be demonstrated. C)� Characteristics:� Additionally, submitted relevant projects shall demonstrate the following characteristics: 1) Offerors shall have acted as the designer of record on submitted projects. 2) Experience with both new construction (at least one (1) project) and renovation (at least one (1) project). 3) Experience with design-build request for proposal preparation (at least one (1) project). Offeror�s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract. Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements. 2.�� Workload and Availability:� 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 for construction projects with a range between $10,000,000 and $75,000,000.� Historically, the yearly projected workload can yield up to 10 task orders ranging from, full design effort, planning, and post construction award services.� Project programs typically supporting this contract are Special Projects and Military Construction Programs. 3.�� Limitations on Subcontracting:� Additionally, the Government will assess the firm�s ability to be compliant with FAR 52.219-14, Limitations on Subcontracting (September 2021) (Deviation 2021-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 excluding certain other direct costs and certain work performed outside the United States (see paragraph (3)(1)(i), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. A company profile shall also be included utilizing the attached Contractor Information Form.� This will include the number of employees, office locations(s), Unique Entity Identification number, CAGE Code, and statement regarding small business designation and status.� The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract.� The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable.� All information submitted will be held in a confidential manner and will only be used for the purpose intended.� Points of contact listed may be contacted for the purpose of verifying performance. The package shall be sent by email to the following address:� scott.c.schulz.civ@us.navy.mil.� Questions or comments regarding this notice may be addressed by email to Mr. Scott Schulz at the same email address. RESPONSES ARE DUE ON FRIDAY, 15 SEPTEMBER 2022, BY 2:00 PM EASTERN.� LATE RESPONSES WILL NOT BE ACCEPTED.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4920c054e32e44b7937679ae87cb0ba4/view)
 
Record
SN06451316-F 20220903/220901230130 (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.