SOURCES SOUGHT
C -- General Industrial IDIQ
- Notice Date
- 5/25/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
- ZIP Code
- 00000
- Solicitation Number
- N4008013R0352
- Response Due
- 6/7/2012
- Archive Date
- 6/22/2012
- Point of Contact
- Denise Wilson
- Small Business Set-Aside
- N/A
- Description
- THIS PROPOSED CONTRACT IS A POTENTIAL SMALL BUSINESS SET-ASIDE PROCUREMENT. The NAICS for this potential contract is 541330. The small business size standard is $14.0 million in annual receipts. THE GOVERNMENT IS SEEKING SUBMITTALS FROM SMALL BUSINESSES, AND IF THREE HIGHLY QUALIFIED SMALL BUSINESS FIRMS CANNOT BE IDENTIFIED, THEN THIS PROCUREMENT ACTION WILL BE SOLICITED AS A FULL AND OPEN COMPETITIVE REQUIREMENT. The required services for the proposed contract will include architectural and engineering services for General Administrative type facilities. Work will include, but not be limited to, the preparation of miscellaneous studies, Requests for Proposals (RFP) for Design- Build projects, and Design-Bid-Build project design and documentation; preparation of MILCON 1391 Documentation (Budget Final 1391, including all requirement of the Region/FEC 1391) in accordance with the MILCON Team Planning and Programming Process (MTP3) for Navy Blue and/or Green Marine MCON submittals into the EPG database, construction cost estimates and cost estimate reviews for projects being prepared for bidding on various projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Washington region “Washington, DC, VA and MD. Work may also be associated with other NAVFAC Atlantic sites. The type of work primarily includes design and engineering services for new construction, major repairs, renovations, and alterations for projects with a construction cost in the magnitude of $5 to $50 million, with the potential for larger projects, and may include projects that are large in size and /or technically complex. Specific Work may include facility/space programming, conceptual design, site and building surveys, construction submittals and shop drawings reviews, construction consultation and inspection, leadership and team coordination during construction progress meetings, and preparation of construction record drawings. O&M/OMSI manuals and similar types of work may be required at any time up to the final acceptance of all work. Work includes the structures comprised of a variety of construction types and size, e.g. single or multi-story, high bay, masonry, concrete, steel, wood and pre-engineered facilities. General Administrative type projects may include administrative, classroom, educational and training types of facilities. Anti-terrorism/Force Protection (AT/FP) considerations are required for all projects “ familiarity with UFC “ DoD Minimum Antiterrorism Standards for Buildings (most recent version) is required. SCIF, IDS and related features may be required, and the familiarity with Navy/DoD criteria is required. Sustainable Design features are required during the design and engineering work for the projects. The successful offeror will be required to demonstrate successful experience and proficiency with USGBC LEED design and the certification process. LEED Silver certification is required for Military Construction (MILCON) projects, is recommended for all other major projects, and is expected to be achieved by the successful consultant in collaboration with NAVFAC. Demonstrated experience with facility projects that incorporate EPAct-05 requirements is required for all new projects over $750,000, and demonstrated experience in new non-fossil fuel energy related technologies for facilities, such as wind and solar projects, is required. All work shall be performed in accordance with all applicable Federal, State, and local policy, guidance, regulations, and references, including, but not limited to: (a) Unified Facilities Criteria 1-300-09N, Design Procedures as amended; (b) DOD 4270-1M, Construction Criteria of 1 October 1972; (c) DM-5 Series, Civil Engineering; (d) OPNAVINST 5090.1, Environmental and Natural Resources Protection Manual current version; (e) DODI 4715.5-G, Overseas Environmental Baseline guidance Document, current version, and applicable Final Governing Standards; (f) Sikes Act Improvement Act of 1997; (g) NAVFACINST 11010.45, Comprehensive Regional Planning Instruction, Sep 2000, as amended; (h) NAVFACINST 11010.20F, Facilities Projects manual, Jun 1996, as amended; (i) NAVFAC P-80, Facility Planning Criteria for Navy and Marine Corps Shore Installations, Oct 1982, as amended; (j) NAVFAC P-442, Economic Analysis Handbook; (k) Navy Supplemental Environmental Planning Policy, 23 September 2004; and, The Clean Water Act (CWA), the Marine Protection Research and Sanctuaries Act (MPRSA), the Safe Drinking Water Act (SDWA), the Clean Air Act (CAA), the Coastal Zone Management Act (CZMA), the Endangered Species Act (ESA), the National Oil and Hazardous Substances Pollution Contingency Plan (NCP), the Resource Conservation and Recovery Act (RCRA), the Oil Pollution Act of 1990 (OPA 90), the Toxic Substances Control Act (TSCA), the Hazardous Materials Transportation Uniform Safety Act (HMTUSA). The Contractor shall also comply with Navy Facilities Engineering Command design manuals and other authorized instructions. The contract will be a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity type where the work will be required on an as-needed basis during the life of the contract providing the Government and Contractor agree on the amount. The Government will determine the contract task order amount using the negotiated contract rates and negotiate the effort to perform the particular project. The contract will be for a base period and the Government reserves the option to extend the contract for an additional four years not to exceed a total 60 month performance period. The total anticipated contract value is $60million. The Government guarantees a minimum amount of $50,000 for the base year contract. There will be no future synopsis in the event the options included in the contract are exercised. Estimated date of contract award is March 2013. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria will be used in the evaluation of A-E firms: (1) Specialized Experience, with the Prime A/E firms being more important than subcontractors or subconsultants, (2) Professional Qualifications and Technical Competence of the Individual Team Members (3) Schedule and Capacity, (4) Past Performance, (5) Location and (6) Volume of Work. A-E firms that are interested and meet the requirements described in this announcement are invited to submit a completed Information Summary Matrix in its entirety, which will be reviewed and evaluated upon receipt. A-E firms shall provide their DUNS, CAGE, CCR and ACASS number in Block 2 of the Information Summary. The firms must have on-line access to E-mail via the Internet for routine exchange of correspondence. Information Summary Matrix should be submitted to Naval Facilities Engineering Command Washington, Acquisition Department, Attention Denise Wilson, 2:00 p.m. EST, on 7 June 2012, at the following address: (1) Naval Facilities Engineering Command Washington, 1314 Harwood Street, SE, Washington Navy Yard, DC 20374. Electronic submissions are preferred and should be directed to Denise.Wilson1@navy.mil and Allison.Silver@navy.mil. All submittals will not be returned. This is not a request for a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008013R0352/listing.html)
- Place of Performance
- Address: Naval Facilities Engineering Command
- Zip Code: 1314 Harwood Street SE
- Zip Code: 1314 Harwood Street SE
- Record
- SN02759406-W 20120527/120525235446-d14123955ae8aec32c70b98feac93d07 (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 |