Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
SOLICITATION NOTICE

C -- Sources sought for indefinite delivery solicitation for professional land and facility planning services in the SOUTHDIV area of responsibility

Notice Date
7/31/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0454
 
Response Due
8/14/2002
 
Point of Contact
Eleanor Drake, Contract Specialist, Phone 843-820-5927, Fax 843-818-6888, - Frances Mitchell, Program Management Assistant, Phone 843-820-5749, Fax 843-820-5853,
 
E-Mail Address
drakeej@efdsouth.navfac.navy.mil, mitchellfj@efdsouth.navfac.navy.mil
 
Description
The proposed contract listed herein is being considered for 100% 8(a), HUBZone or Small Business Set-Aside. All interested 8(a), HUBZone or Small Business Set-Aside concerns will submit their statement of qualifications to this office VIA E-MAIL to drakeej@efdsouth.navfac.navy.mil no later than WEDNESDAY 14 AUGUST 2002. NOTE: 8(a), HUBZone and small business firms: At least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. This notification/submittal in writing must include (1) the name of the firm; (2) evidence of capacity to perform the requirements and capacity of firm to manage several projects at one time; (3) Knowledge of DOD regulations to include recent experience (within the past 5 years) of firm members, individually and collectively, as a total in performing military facility planning, functional analyses and studies (including, but not limited to) basic facilities requirements analyses, military construction documentation, technical reports and studies, existing facilities assets evaluations, and economic analyses; and (4) general information that demonstrates the capability to perform projects of this complexity and magnitude. If adequate interest is not received from 8(a) concerns, consideration will then be given to setting the requirements aside for HUBZone concerns. If adequate interest is not received from HUBZone concerns, consideration will then be given to setting the requirements aside for Small Business concerns. Also, if adequate interest is received from 8(a) and HUBZone concerns, it is the Contracting Officer?s determination on how this will be set-aside IAW SBA Procedural Notice, Control No.: 8000-553 dated 10-10-2001. If adequate interest is not received from Small Business concerns, then the requirement will be issued unrestricted. Only one firm will be selected for this contract. The contract will be identified as N62467-02-R-0454. The contract shall be for professional facilities planning support services necessary in (but not limited to) the Naval Facilities Engineering Command, Southern Division Area of Responsibility (AOR) in the following states: AL, AR, CO, FL, GA, IL, IN, IA, KS, KY, LA, MI, MN, MS, MO, NB, NC, ND, OH, OK, SC, SD, TN, TX, WI, WY, as well as Andros Island, Ascension Island, and the Bahamas. The firm/team may also, on occasion, be tasked to provide the services described herein at Government activities outside the SOUTHDIV AOR. These actions will be decided on a case-by-case basis as approved by the contracting officer. It is anticipated that most work will be in the Southern Division AOR. Work will include the application of sound facility planning principles, processes, analyses and regulations in the development and refinement of various facility components, such as: technical reports and studies, and project program development. More specifically, this could include, but is not limited to: Basic Facility Requirements studies; existing facilities assets evaluations; military construction project planning documentation (facility studies, economic and efficiency analysis, etc.); budgetary cost estimates; Capital Improvement Plans; innovative/alternative solutions to Navy facility requirements, such as public-private partnerships and joint-sharing of facility assets and special related studies. Knowledge of the Naval Facilities Engineering Command?s shore facilities planning system, and operational issues specific to the development of Naval activities is also required. The selected firms must have proven competency in web-based technology and the electronic integration of graphic, narrative, pictorial, and tabular data. The demonstrated ability in electronic integration and visualization technology support is necessary for the computer-assisted planning applications that have been developed for Navy Shore Facility planning and master planning components of Navy Regional Commanders, major claimant activities, Marine Corps, Navy Reserves, and other Federal activities. The prime/team may be required to integrate these Navy Shore Facility planning and master planning components with NAVFAC?s electronic planning and management applications, such as a Regional Shore Infrastructure Plan or other activity/regional planning management models which utilize graphic, narrative, pictorial, and tabular data. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. This contract will include an option for four (4) one-year extensions and fee including all option will not exceed $7,500,000. There will be no future synopsis in the event the options included in the contract are exercised. The Government guarantees a minimum amount of $34,000 for the base year paid only once for the life of the contract. The total fee available in any given year will be negotiated at the time of award. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The submittal package must be received VIA E-MAIL not later than 4:00 P.M. EASTERN TIME on Wednesday 14 August 2002. Submittals received after this date will not be considered. Offerors must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telephone/fax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4M. This is NOT a request for proposal. Site visits will not be arranged during advertisement period.
 
Record
SN00129650-W 20020802/020731213929 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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