Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2012 FBO #4044
DOCUMENT

C -- Professional Planning and Engineering Services - Attachment

Notice Date
12/18/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
Solicitation Number
N6945013R0007
 
Response Due
2/6/2013
 
Archive Date
2/21/2013
 
Point of Contact
Laura Donson 904-542-6387 Laura Donson laura.donson@navy.mil
 
E-Mail Address
<!--
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. Naval Facilities Engineering Command Southeast (NAVFAC SE), Naval Air Station (NAS) Jacksonville, Florida intends to award a Firm-Fixed Price, Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Professional Planning and Engineering (A-E) services. The contract will primarily provide planning services for Department of Defense (DoD) and Non-DoD facilities located in South Carolina, Georgia, Florida, Alabama, Mississippi, Louisiana, Texas, Guantanamo Bay Cuba, and Andros Island Bahamas. Although less frequently, this contract could be used for design services at activities located within the entire NAVFAC AOR (worldwide). PROJECT DESCRIPTION: The primary purpose of this contract is for Professional Facilities Planning. The required professional services for the proposed contract will include, but are not limited to, the following services: Development and update of facility planning studies, including: Basic Facility Requirements (BFRs), Asset Evaluations (AEs), Property Record Cards, and Facility Planning Documents; Project Documentation (DD-1391 forms) for Military Construction and Special Projects; Regional Planning Products, Master Plans, Vision Plans, Area Development Plans, Installation Planning Standards, Recapitalization Plans, and Capital Improvement Plans; Special Planning Studies, to include Scoping Studies. *** *** Possible military areas of work under this contract may not allow the entry of aliens. Therefore, the field crews shall be composed of U.S. citizens who can qualify for access to these areas. The proposed contract is being solicited as a SMALL BUSINESS SET-ASIDE. The North American Industry Classification system (NAICS) for this contract is 541330. The small business size standard is $14 million. The contract will be awarded as a Firm-Fixed-Price, Indefinite-Delivery Indefinite-Quantity type contract, 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 level of effort. The Government will determine the contract task order amount using the negotiated contract rates and negotiate the effort and profit to perform each particular project. The contract will be for a base period of one year and the Government reserves the option to extend the contract for an additional two years, or to the extent that the maximum contract total of $7,500,000.00 is not exceeded. The Government guarantees a minimum amount of $10,000.00 for the base year contract. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction with the A-E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. There will be no future synopsis in the event the options included in the contract are exercised. The rates and proposals for the seed project may be subject to an advisory audit performed by the Defense Contract Audit Agency (DCAA), in order to negotiate allowable and allocable costs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5bba47b51c83f2bc1c5c005df03fbb64)
 
Document(s)
Attachment
 
File Name: N6945013R0007_N69450-13-R-0007_Synopsis.pdf (https://www.neco.navy.mil/synopsis_file/N6945013R0007_N69450-13-R-0007_Synopsis.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6945013R0007_N69450-13-R-0007_Synopsis.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02951333-W 20121220/121218234705-5bba47b51c83f2bc1c5c005df03fbb64 (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 |
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.