SOURCES SOUGHT
C -- I Q A-E SVS FOR CNP, NEPA, RFP, SEI, HIS, LEAD PAINT AND ASBESTOS, TESTING AND RELATED STUDIES FOR PPV, WHOLE SITE REPAIR AND FAMILY HOUSING, BACHELORS QTRS, FLAG QTRS AND OTHER STRUCTURE WESTERN U.S.
- Notice Date
- 6/10/2003
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N68711-03-D-7027
- Response Due
- 6/27/2003
- Archive Date
- 7/12/2003
- Point of Contact
- Anne Garrett, Contract Specialist, Phone 619-532-4261, Fax 619-532-4789,
- E-Mail Address
-
garrettag@efdsw.navfac.navy.mil
- Description
- Solicitation Number N68711-03-D-7027 THERE ARE NO FILES TO DOWNLOAD: Indefinite Quantity Architect-Engineering Services for CNP, NEPA, RFP, SEI, HIS, Lead Paint and Asbestos Testing and Related Studies for PPV, Whole Site Repair and Family Housing, Bachelors Quarters, Flag Quarters, and Other structures in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska and Utah. THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS 8(A), HUBZONE, And SMALL BUSINESS, WHETHER THE FIRM IS SUBMITTING AS AN 8(A) MENTOR PROT?G? JOINT VENTURE, OR ANY OTHER JOINT VENTURE RELATIONSHIP, OR THE TEAM WITH THE PRIME AND SUBCONTRACTORS IDENTIFIED TO THEIR SIZE INDIVIDUALLY AND PART OF THE WORK THAT EACH SUBCONTRACTOR WOULD PERFORM. THE SMALL BUSINESS SIZE STANDARD IS NAICS CLASSIFICATION 541330, ENGINEERING SERVICES, (SIZE STANDARD $4.0 MILLION AVERAGE ANNUAL GROSS RECEIPTS FOR PROCEEDING THREE FISCAL YEARS). THE GOVERNMENT WILL USE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS TO MAKE APPROPRIATE ACQUISITION DECISIONS. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, AND IF THE GOVERNMENT STILL PLANS TO PROCEED WITH THE ACQUISITION. A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN THE FEDERAL BUSINESS OPPORTUNITIES. RESPONSES TO THIS SOURCES SOUGHT ARE NOT AN ADEQUATE RESPONSE TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THIS SOURCES SOUGHT SYNOPSIS. THE FIRM (INCLUDING CONSULTANTS) NEEDS TO BE ABLE TO DEMONSTRATE KNOWLEDGE AND EXPERIENCE IN ALL OF THE MENTIONED SERVICES. All reports must be consistent in order to be presented to Congress. To Interface with Congressional Legislators, contractors need to have an understanding of the consistency for Public Private Venture documents. There is also Historical Site Restoration for the Whole Site Repair and Flag Quarters. It will be a Firm Fixed Price Indefinite Quantity Contract. The Architect-Engineer Services are required for the preparation of all necessary Requests for Proposals (RFP), Economic Analysis (EA), and Evaluation Board (EB) Support Costing Support Specialty Construction Support and Inspection, Specialty Inspection for Code Compliance, Quality Assurance (QA), Site Engineering Investigation (SEI), Lead Paint and Asbestos Testing, Planning, Studies/Plans, Single Land Use Studies, National Environmental Police Act (NEPA Documentation, Traffic Transportation Studies, and related Studies for Public Private Venture (PPV) Housing, Whole Site Repair and New Family Housing, Bachelor Quarters, Flag Quarters, and miscellaneous Repair/Improvement Projects in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska and Utah for the Southwest Division, Naval Facilities Engineering Command, San Diego, California. The services may include the preparation of planning documents for NEPA documentation, master planning documents, special environmental studies, traffic studies and air quality studies required for Navy and Marine Corps facilities. These projects will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. The IDIQ base year contract will not exceed the limit of $1,600,000 with two one year options periods of performance NTE $1,600,000 per year for a total value of NTE $4,800,0000 PER CONTRACT. The maximum task order amount is $500,000. The guaranteed minimum for the contract is $5,000, the length of the contract shall be for 365 days from the date of the contract award or until the $1,600,000 is reached. If a small business were to receive an award as prime contractor as a result of a small business set-aside solicitation, the small business prime will be required to comply with FAR 52.219-14, Limitations on Subcontracting, which states that ?at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern?. The estimated contract start date is October 2003. Work may include Planning Services, Feasibility Studies, Site Investigation (including Surveying), Geotechnical, Civil Recommendations, Landscaping Survey Plan, Construction Support, Graphics, Reports, Maintenance Manuals, Cost Estimates and Related Studies for Site Work. The RFPs may include Roadway Repair/Replacement, Site Drainage and Erosion Correction, Sound Walls and Retaining Walls, Sanitary and Storm Drain Design, Topographic and Geotechnical Studies, Field Verification, Site Assessment Floor Plan and Lead/Asbestos Abatement Disciplines ? Used to perform these services may include Architectural, Structural, Mechanical, Electrical, Civil and Landscape Architect with associated Drafting Requirements. Cost Estimators and Specification Writers may be required. Field Investigations and Interior Design may be required for some task orders. The government is looking for the following information: (1) Recent Specialized Experience of the Firm (including consultants) in providing Request for Proposals (RFP), Economic Analysis (EA), Evaluation Board (EB) Support, Costing Support, Specialty Construction Support Inspection, Specialty Inspection for Code Compliance, Quality Assurance (QA), Site Engineering Investigations (SEI), Lead Paint and Asbestos Testing, Planning Studies/Plans, Siting/Land Use Studies, National Environmental Police Act (NEPA) Documentation, Traffic Transportation Studies. The products are for Studies for Public Private Venture (PPV) Housing, Whole Site Repairs and New Family Housing, Bachelor Quarters, Flag Quarters, and miscellaneous Repair/Improvement Projects in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska, and Utah. (2) Professional Qualifications of the Staff (in-house and/or consultants) to be assigned to the project(s) will include professional and technical support with experience in providing Request for Proposals (RFP), Economic Analysis (EA), Evaluation Board (EB) Support, Costing Support, Specialty Construction Support and Inspection, Specialty Inspection for Code Compliance, Quality Assurance (QA), Site Engineering Investigations (SEI), Paint and Asbestos Testing, Planning Studies/Plans, Siting Land Use Studies, National Environmental Police Act (NEPA) Documentation, Traffic/Transportation Studies, and related Studies for Public Private Venture (PPV) Housing, Whole Site Repair, New Family Housing, Bachelor Quarters, and miscellaneous Repair/Improvement Projects in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska and Utah. List only the team members who actually will perform major tasks under this contract and their qualifications, which should reflect the individual?s potential contributions to the contract. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show up to 10 recent projects that prove your firm can meet each qualification criteria (as a whole) listed above, with contract numbers, contract type (firm fixed price, cost reimbursement, etc.) total contract price, client?s name, current and accurate client point of contact with phone number, project location description of the contract?s work requirement, specific description of the actual work that the respondent did (was your firm the prime or subcontractor and if a subcontractor, what type of work and percentage of the total contract was your firm responsible for), dates of the contract performance. Provide your ability to meet the qualifications above to your firms? qualified professional people. Provide the firm?s status, size of the business, relative to the NAICS code 541330. If the firm is certified by SBA as 8(A), HUBZONE, etc., a copy of the certification must be included. Responses shall not be in excess of thirteen (13) pages. Two sided pages count as two sheets. Up to ten (10) pages should be dedicated to past and current projects that show the firms ability to perform the work. There should be one project per page. Two (2) pages should show key employees, both firm and sub-consultants, and their experience relative to the work. One (1) page should be the cover sheet which includes name of company, address, telephone number, fax number, at least two contacts, e-mail address, business size, and a short description of the firm?s history including years in business, number of employees, and main disciplines of the firm. Copies of SBA Certifications are not included in the thirteen (13)-page count. Packages: ORIGINAL AND FOUR COPIES have to be received by 2:00 P.M. Pacific Standard Time at Southwest Division, Naval Facilities Engineering Command, Code 02R.AG Attn: Anne Garrett, Building 127, 1220 Pacific Highway, San Diego, CA 92132 on 27 June 2003.
- Record
- SN00343994-W 20030612/030611065842 (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 |