Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOURCES SOUGHT

99 -- Indefinite Delivery Indefinite Quantity Large Waterfront Projects Architect & Engineer (AE) Services

Notice Date
2/1/2024 10:15:14 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008524R2543
 
Response Due
2/15/2024 11:00:00 AM
 
Archive Date
03/01/2024
 
Point of Contact
James Godwin, Phone: 7573411999
 
E-Mail Address
james.a.godwin41.civ@us.navy.mil
(james.a.godwin41.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.� THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH. AS A RESULT OF THIS NOTICE, THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES. The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing Indefinite Delivery /Indefinite Quantity (IDIQ), Large Waterfront Projects Architect & Engineer (AE) Services for facilities primarily located in Maine, New Hampshire, Connecticut, Rhodes Island, New York, New Jersey, Pennsylvania, and Illinois.� The work for this contract will occur at various Navy and Marine Corps facilities and other installations located primarily within the NAVFAC Mid-Atlantic North Area of Responsibility (AOR).� The majority of work is expected to be located at Portsmouth Naval Shipyard, ME; Naval Station Newport, RI; Naval Submarine Base New London, CT; Naval Weapons Station Earle, NJ; Philadelphia Navy Yard, PA; and Naval Station Great Lakes, IL.� However, work may be ordered throughout the entire NAVFAC MIDLANT AOR and in rare occasions the entire NAVFAC CONUS AOR. The intention of the potential solicitation is to obtain Planning, Architect, and Engineer Services as required for Special Projects and Military Construction (MILCON) Projects.� The Primary Tasks include Plans Tasks, Project Planning Documents, and Studies.� The Secondary Tasks include Events Tasks, Geo-Spatial Information & Service, Facility Planning Criteria, and Documentation.� These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects, and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. The duration of the IDIQ contract will be for a five-year ordering period. �The total five-year estimated construction cost for all contracts will not exceed $95,000,000 for the life of the contract.� The primary North American Industry Classification System (NAICS) Code for this procurement is 541330 � Engineering Services and the annual size standard is $25,500,000. � Qualified Small Businesses, certified 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned 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 appropriate.� This office anticipates award of a contract for these services no later than December 2024. The Large Waterfront Architect and Engineering Services expected under this contract may include planning, design, and construction services. �Comprehensive A&E services are required for planning, design, and construction services in support of new construction, renovations, repairs, replacements, demolition, alteration, and/or improvement of military and other governmental facilities to include base utility systems.� A&E services may include multiple disciplines or single disciplines, including but not limited to project management, architectural, landscape architecture, structural, mechanical, electrical, civil, geotechnical, fire protection, cost engineering and interior designer.� Specialized services for telecommunications, physical security, audio-visual, and collateral equipment may be required. Most projects will be new, repair, replacement, upgrade, maintenance, energy savings, and sustainability projects covering the full range of the field of engineering for a wide variety of new and existing facilities and systems, utilities, and infrastructure.� 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 facility planning.� The types of waterfront facilities may include but not limited to piers; wharves; quay (pronounced �key�) 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.� Waterfront related 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, Supervisory Control and Data Acquisition (SCADA), and local area network (LAN)). 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 failure investigation with 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; civil engineering studies; borings, hydrographic surveys, dive inspections, and coring. Asbestos, Polychlorinated Biphenyls (PCBs) and or lead-based paint assessments may be required on this contract to determine the presence of hazardous material in existing facilities or at utility points of connections.� When asbestos, PCBs, or lead is found, comprehensive asbestos, PCBs, or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos, PCBs and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required.� 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, PCBs, lead paint, contaminated ground-water/soil and other hazardous materials, work on and under waterfront structures, on active airfields, and in confined spaces. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice 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 Sources Sought Notice. 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 including document searchable bookmarks) demonstrating your ability to perform the requested services. Please use the attached Project Information Form for each project submitted demonstrating the requisite experience. Submissions must include the NAVFAC Sources Sought Questionnaires and Microsoft Excel matrix provided as attachments to this notice in order to demonstrate your ability to perform the services described. The Government will not consider submissions without all required documentation. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document five (5) relevant design projects completed in the past seven (7) years that best demonstrate experience on projects that are similar in size, scope and complexity to the projects proposed for this IDIQ. This documentation shall address at a minimum, the following: 1.�� Relevant Experience: Relevant Experience to include design experience in performing efforts of similar size, scope and complexity within the last seven (7) 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 design projects submitted to demonstrate relevant experience shall include the following attributes: A)� Size: Experience with a planning project with an estimated construction cost of $500,000 or greater. At least one (1) project must have a final construction cost of $5,000,000 or greater.� B)� Scope/Complexity: Projects, cumulatively and collectively, shall demonstrate specialized design experience in performance of services similar to those anticipated under this contract through evaluation of experience in: Specialized Experience 1) Designing waterfront projects in accordance with DoD, Navy, Army, and Air Force or other Government agencies� criteria 2) Structural designs and evaluations for coastal/waterfront structures utilizing the following criteria, including but not limited to the U.S. Army Corps of Engineers Engineering Manual (EM) 1110-2 Coastal Engineering Manual, and the Department of Defense (DoD) United Facilities Criteria (UFC) listed below � UFC 4-150-06 � Military Harbors and Costal Facilities UFC 4-151-10 � General Criteria for Waterfront Construction UFC 4-152-01 � Piers and Wharves UFC 4-152-07 � Small Craft Berthing Facilities 3) Demonstrated experience designing multiple waterfront facility types including; piers; breakwaters; bulkheads; coastal & shoreline protection; craft berthing & mooring (marinas); crane rail systems; docks; dredging; dry docks; fender systems; harbors; jetties; piers; ports; quay (pronounced �key�) walls; seawalls; waterfront utilities; and/or wharfs.� 4) Preparation of designs using AutoCAD or Revit 5) Providing construction phase services (shop drawing review, record drawings preparation, construction inspection services, and owner�s manuals). Note: � Projects submitted that only include utilities and horizontal or civil site work will NOT be considered relevant. C)� Characteristics: � Additionally, submitted relevant projects shall demonstrate the following characteristics: Characteristics 1) Offerors shall have acted as the Designer of Record (DOR) and Prime Design Contractor on submitted waterfront projects 2) Experience with both new construction (at least one (1) project) and experience with renovation and repairs of relevant waterfront facilities (at least one (1) project) 3) Experience with the preparation of a solicitation package for Design-Build Request for Proposal (DB-RFP) (at least one (1) project) 4) Experience with the preparation of a solicitation package for design-bid-build/full design (at least one (1) project) Offeror�s experience performing as a subcontractor to DOR 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. NOTE 1:� Project examples with only inspection and condition assessment effort, and associated report, do NOT demonstrate specialized waterfront experience, and will NOT be considered.� Clearly define the professional service role in relationship to the owner.� Specifically for Design-Build projects, whether sub-contractor for Prime construction contractor or Prime on Design-Build in role of Designer of Record (DOR) or if Design-Build Preparer.� Only experience where firm prepares the design-build RFP package will be relevant. NOTE 2: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects must be submitted for each joint venture partner, not to exceed a total of five (5) projects.� Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. NOTE 3: For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. �Do not submit an IDIQ contract as an example project.� Instead, list relevant task orders or stand-alone contract awards that fit within the definition above.� The Government will not evaluate information provided for an IDIQ contract.� Examples of project work submitted that do not conform to this requirement will not be evaluated. 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 range between $1,500,000 and $29,500,000; some projects maybe larger or smaller than this range. 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 (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.� 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. RESPONSES ARE DUE ON THURSDAY, 15 FEBRUARY 2024, BY 2:00 PM EASTERN TIME. LATE RESPONSES WILL NOT BE ACCEPTED. The package SHALL be sent by email to the following address: james.a.godwin41.civ@us.navy.mil. Attachments are limited to a total size of 5MB. Questions or comments regarding this notice may be addressed by email to James Godwin at the same email address above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8543e54cc4c948219a486692c386b285/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06952962-F 20240203/240201230045 (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.