Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2013 FBO #4066
SOURCES SOUGHT

R -- Naval Facilities Engineering Command, Atlantic Professional servcies in support of DoNs Public-Private Venture Program

Notice Date
1/9/2013
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247013R6001
 
Response Due
1/16/2013
 
Archive Date
2/15/2013
 
Point of Contact
Rochelle Lee
 
E-Mail Address
rochelle.lee@navy.mil
(rochelle.lee@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine whether to set-aside an acquisition for services for Small Business (SB) only prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command, Atlantic (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. The acquisition is for a professional services Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which may include advisory and assistance services under the Public Private Venture (PPV) Housing Program. The DoN selects highly qualified business partners to construct, renovate, maintain, and operate family housing for military service members and their families. The DoN and the selected private sector partners establish long-term business relationships. The DoN leases the land and conveys existing housing assets to the partner. The partner develops and manages the property as a private housing community targeted to serve military service members through preferred referral. The partner earns fees for services and a return on equity. By leveraging private sector debt, developer equity and DoN monetary contributions to fund the initial construction, the DoN and private partner quickly construct, replace and renovate the housing inventory. Rental payments from tenant leases provide the on-going source of income for the projects. The DoN maintains a portfolio and asset management process to monitor the status of each project, and assess trends, risks, and opportunities in the privatized portfolio. As of June 2012, the DoN Special Venture Acquisition department has executed 36 partnership agreements that include Navy and Marine Corps installations across the United States, with an end state of more than 62,000 homes, including 2 unaccompanied housing privatization pilot projects. Additional family and unaccompanied housing PPV projects, Enhanced Use Lease, Energy Support, and other Special Ventures projects will be pursued. Projects and/or task will include, but are not limited to: large scale real estate portfolio management, provide advice and assistance and conduct the necessary research and analysis to DoN decision-makers with accurate and relevant information; contractor bringing practices from the private sector to assist, including family and unaccompanied housing public private ventures knowledge; enhanced use leasing, energy support and other public-private venture opportunities such as lodging. Work includes professional services, project development, execution, portfolio management advice and support consistent with the privatization approach adopted by the DoN. Contractor must assist with all aspects of determining project feasibility, concept development and deal negotiation including interaction with third party entities such as property managers, asset managers, developers and financial institutions. Assist with the design, implementation, appropriate expansion and continuous improvement of portfolio management tools and methodologies to oversee and monitor the performance and condition of the DoNs portfolio of privatized facilities. Provide assistance with financial matters in both the pre- and post-deal closing environments to include proforma development, financial proposal analysis, budget and audit reviews, reviews of financial and bank statements, and project cash flow distribution. Provide program development and implementation support for privatized facilities planned to be privatized including family housing, unaccompanied personnel housing, enhanced use leasing, energy support and other special ventures. Provide innovative recommendations to changing circumstances consistent with the DoN approach; assist in policy development and implementation; recommend strategies to respond to a variety of stakeholders throughout all phases of the program; prepare briefings; participate in meetings; and provide information technology support for databases, web-enabled solutions and other information resources as necessary for capturing reporting data, benchmarking future decision making, and institutionalizing lessons learned. Procure critical professional services to support energy programs and objectives by providing business, economic and financial analysis to the NAVFAC Energy Office. This includes using subject matter expertise and experience to review energy projects selected by the DON for further project feasibility analysis, such as Energy Savings Performance Contracts (ESPCs), Utilities Energy Services Contracts (UESCs), Power Purchase Agreements (PPAs), Enhanced Use Leases (EULs), utilities services contracts, Smart Grid and Micro Grid. Services also include business process development, analysis of goals and mandates, and contributions to Congressional, CNIC, USMC and senior leadership inquiries/data calls. The NAICS code for this proposed procurement is 541611 (small business size standard is $14,000,000). If a solicitation is issued, the solicitation will consist of a base period and 2 options totaling 3 years of performance. The anticipated total work to be issued over the life of the contract via task orders (base year plus two one-year options) shall not exceed the estimated maximum amount of the $28 million. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy ™s decision to set-aside this acquisition. Interested firms must submit a SOC, with describes, in detail, the firm ™s capability of providing contractor support services. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of small business certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) provide information on FIVE recent past projects (within the last three years) that best illustrate your qualifications for this contract with asset values in the $100 million and greater range that demonstrate experience with Public Private Venture Programs, Enhanced Use Leasing, and other Special Ventures; (7) subcontract management: provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513)). Prime contractors must note that at least fifty percent (50%) of the cost of contract performance incurred for personnel shall be expended for employees of the prime. Prime shall indicate whether it will perform and provide 50% or more of the work and personnel without relying on subcontractor. The Government reserves the right to request additional information as needed, from any and all respondents; (8) provide a written statement as to your ability to perform work within the Continental United States (CONUS) Navy and Marine Corps Installations including Hawaii and Guam. The SOC must be complete and sufficiently detailed to allow for a determination the firm ™s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 25 single sided pages (including all attachments). Responses are due on Thursday, January 16, 2013, by 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail to the following address: Commander Naval Facilities Engineering Command Atlantic, ACQ3 (ATTN: Rochelle M. Lee, 6506 Hampton Blvd., Bldg. A “ Room 1200, Norfolk, VA 23508-1278. Submissions must be received at the office cited no later than 2:00 PM on January 16, 2013. Electronic submission of the statement of capabilities packages are permitted, email to rochelle.lee@navy.mil. DATA RECEIVED IN RESPONSE TO THIS NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. NO CONTRACTS OR AWARDS WILL BE ISSUED AS A DIRECT RESULT OF THIS NOTICE. QUESTIONS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247013R6001/listing.html)
 
Place of Performance
Address: Naval Facilities Engineering Command, Atlantic
Zip Code: 6506 Hampton Blvd, Norfolk, VA
 
Record
SN02961817-W 20130111/130109234034-cbe433bc5f8aa366830361c330815ce8 (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.