DOCUMENT
C -- INDEFINITE QUANTITY CONTRACTS FOR ARCHITECT DESIGN AND ENGINEERING SERVICES FOR PROJECTS WITHIN THE NAVFAC MID-ATLANTIC - Attachment
- Notice Date
- 3/28/2013
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
- Solicitation Number
- N4008513R6008
- Response Due
- 4/15/2013
- Archive Date
- 4/15/2014
- Point of Contact
- Andres Medina
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: N40085-13-R-6008 TITLE: INDEFINITE QUANTITY CONTRACTS FOR ARCHITECT DESIGN AND ENGINEERING SERVICES FOR PROJECTS WITHIN THE NAVFAC MID-ATLANTIC THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facility Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Indefinite Quantity Architectural and Engineering Design Services for various projects at U.S. Navy and Marine Corps installations throughout the Mid-Atlantic Area of Responsibility (AOR) The Mid-Atlantic AOR is comprised of installations in the following states (Maine, New York, New Jersey, Pennsylvania, Virginia, and North Carolina). The predominant area of work is expected to be in the Hampton Roads area of Virginia and coastal North Carolina, however, projects may be included throughout the NAVFAC Atlantic AOR. Projects may include multiple disciplines or single disciplines, including but not limited to Planning, environmental studies, Master Planning, architectural, structural, mechanical, electrical, Audio Visual, Civil engineering including roads and bridges infrastructures, fire protection, cost estimating, and interior design. Projects may include the following engineering and design services, but are not limited to, (a) Building construction and addition of Special Projects and MILCON facilities; (b) General building renovation work; (c) Development of Design-Bid-Build packages; (d) Development of Design-Build Request for Proposal (RFP) packages; (e) Conducting Life Safety Code Studies; (f) Interior space planning/design studies; (g) Engineering and design site work, paving, landscaping, communications, fire protection, energy conservation systems, and utilities; (h) Facility planning, which includes project programming documents (1391 development) which entails preparation of basic project documents of the DD Form 1391 in the Navy ™s Electronic Procurement Generator (EPG); (i) Development of requirements and project scope; (j) Preparation of engineering evaluations; (k) Preparation of unit guidance costs or parametric cost estimating; (l) Development of alternatives and economic analysis; (m) Analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental, sustainable design and anti-terrorism/force protection issues; (n) Government collateral equipment lists; (o) USGBC LEED and Sustainable Design Reports; (p) Developing building commissioning requirements; (q) Project preliminary hazard analysis, obtaining permits and regulatory approvals; (r) Review of contractor submittals, field consultation and inspection during construction; (s) Title II Inspection; (t) Operation and Maintenance Support Information (OMSI); and (u) Record document preparation. Facility types may include, but are not limited to, personnel housing facilities (Bachelor Enlisted Quarters (BEQ) and Bachelor Officers Quarters (BOQ)); office facilities; training facilities (operational, maintenance and classroom); and industrial maintenance facilities (Vehicle Maintenance Shops. Shore Intermediate Maintenance Activities, Aircraft Maintenance Hangars, Public Works Shops, Warehouses). The Naval Facilities Engineering Command is presently using Design-Build as the preferred method for acquiring capital improvements. Though Design-Bid-Build methodologies (with the preparation of 100% Plans and Specifications) will continue to be utilized, a significant number will likely require preparation of Requests for Proposal packages for Design-Build solicitations using abbreviated (0% - 30%) design documentation. Packages would include elements of site/engineering investigation, architectural programming, and function/ performance specifications. Phases and/or pre-priced contract options may be included and will be exercised at the discretion of the government for 0 to 35% design, 35% to 100% design, and post construction contract award services. The target award for this project is between $10,000,000 and $15,000,000. All service-disabled Veteran-owed small businesses, certified HUB-Zone small businesses, and certified 8(a) small businesses are encouraged to respond. Upon review of industry response to the 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. This office anticipates award of a contract for these services no later than August 2013. The appropriate NAICS Code is 541310. The small business size classification for this procurement is $7,000,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar scope and complexity within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; (2) Company Profile to include number of employees, office locations(s), DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON MONDAY, 15 APRIL 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, Mid-Atlantic, North Carolina IPT (ATTN: Andres Medina); 6506 Hampton Blvd., Bldg. C, Room 1036; Norfolk, VA 23508. Electronic submissions of the Statement of Capabilities Packages WILL NOT be accepted. Questions or comments regarding this notice may be addressed by email to Philip Cole at andres.medina@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008513R6008/listing.html)
- Document(s)
- Attachment
- File Name: N4008513R6008_SOURCES_SOUGHT_N40085-13-R-6008.doc (https://www.neco.navy.mil/synopsis_file/N4008513R6008_SOURCES_SOUGHT_N40085-13-R-6008.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N4008513R6008_SOURCES_SOUGHT_N40085-13-R-6008.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N4008513R6008_SOURCES_SOUGHT_N40085-13-R-6008.doc (https://www.neco.navy.mil/synopsis_file/N4008513R6008_SOURCES_SOUGHT_N40085-13-R-6008.doc)
- Place of Performance
- Address: 6506 Hampton Blvd
- Zip Code: , Norfolk, VA
- Zip Code: , Norfolk, VA
- Record
- SN03023516-W 20130330/130328235232-13c2dfd4fe59745cb1d7cd9a2cf6411a (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 |