DOCUMENT
C -- AE IDIQ Waterfront Engineering Services - Attachment
- Notice Date
- 2/14/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
- Solicitation Number
- N6247312RWTF1
- Response Due
- 2/29/2012
- Archive Date
- 3/15/2012
- Point of Contact
- Grely Ponce, Contract Specialist, 619-532-1637
- E-Mail Address
-
grely.ponce@navy.mil
(grely.ponce@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Businesses, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Naval Facilities Engineering Command Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business sources with current relevant experience, personnel, and capability to perform the Architect/Engineering (A/E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Waterfront Facilities Projects at various Navy and Marine Corps Facilities in California, Arizona, Nevada, Colorado, New Mexico and Utah. The preponderance of the work will be in California. Required A/E services are primarily for: Waterfront Engineering Services for various projects on shore or in and above water related facilities. The projects may include, but not limited to, new construction, repair, and renovation of piers, shore protection, marinas, buoys, wharves, quay walls and bulkheads; fendering, mooring, and shore protection systems; dry docks, magnetic silencing facility, dredging, and utilities for marine operations and waterfront facilities. A-E services may include the preparation of Design-Build (DB) Request for Proposals (RFP), Design-Bid-Build (DBB) construction contract packages (i.e., drawings, specifications, basis of design, design analysis, engineering calculations, cost estimate, etc.), reports/studies, technical reviews of Government prepared RFP package for DB projects and Government prepared design documents for DBB projects, shore and underwater investigations to support new development of facilities on raw sites, or redevelopment of existing facilities on developed sites. The A-E services may include preparation of DD Form 1391 documents; support and coordination of various technical disciplines such as architectural, civil, structural, mechanical, electrical, geotechnical, and environmental. Projects may also require antiterrorism, fire protection, identification and abatement methods of existing asbestos and lead-based paint and other hazardous materials; and address constructability issues, such as, phasing and sequencing of work in occupied and unoccupied facilities; and disruption of both utilities and operations of the site during construction. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $4.5 million. The proposed contract will be for one base year with 2 one-year renewable options, resulting in the contract performance period of maximum 3 years. The estimated total contract price for the base year and all option years combined is $7,500,000. The maximum value of individual task orders would be $1,500,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, and/or Service-Disabled Veteran-Owned Small Business sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner: Part I “ Contract Specific Qualifications: Complete Section A “ Contract Information. Complete Section B “ A-E Point of Contact. In addition to name of firm in Block 5, provide your firm ™s Dun and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), SBA Certified HUBZone, SDVOSB, or Small Business. Submittals not providing their Small Business category designation may not be reviewed. Section E “ Resumes: Provide a maximum of 3 resumes for key personnel that would be responsible for completing the required services. These key personnel must be registered Civil engineers. Section H “ Additional Information: On a maximum of two pages, list a maximum of ten specific, completed, recent (within past 3 years) projects that demonstrate experience in the required services. List each project by a brief paragraph listing the project title, location, cost, completion date and how each project reflects experience in the required services. Again, each project shall be one paragraph in length Section H “ Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing śLocation ť and one addressing śCapacity ť. Entitle the first paragraph śLocation ť and within that paragraph indicate the location of the firm ™s main office and branch offices, and describe the team ™s knowledge and availability to work in the proposed geographical area. Entitle the second paragraph śCapacity ť and within that paragraph indicate the number of employees within the firm responsible for providing civil engineering services. The Offeror/Contractor must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219.14 (b)(1) Limitation on Subcontracting. Section I “ Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Part II General Qualifications: Complete SF330 Part II - General Qualifications for the Prime Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on Wednesday, February 29, 2012. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Grely Ponce, Code RAQ20.GP, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response, in a PDF format, to grely.ponce@navy.mil. Facsimile submittals will not be accepted. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with "N62473." Additional Info: https://www.neco.navy.mil Contracting Office Address: N62473 - NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA 92132 Point of Contact(s): Grely Ponce, Contract Specialist, Email: grely.ponce@navy.mil; 619-532-1637.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247312RWTF1/listing.html)
- Document(s)
- Attachment
- File Name: N6247312RWTF1_SF330_for_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247312RWTF1_SF330_for_Sources_Sought.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247312RWTF1_SF330_for_Sources_Sought.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247312RWTF1_SF330_for_Sources_Sought.pdf (https://www.neco.navy.mil/synopsis_file/N6247312RWTF1_SF330_for_Sources_Sought.pdf)
- Place of Performance
- Address: 1220 Pacific Highway, Bldg 127
- Record
- SN02674664-W 20120216/120214234947-1754b1ce198126462abbb1e9905116ba (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |