SOURCES SOUGHT
C -- Market Research For Architect-Engineer Design Services For Projects At Various Locations, NAVFAC Hawaii Areas
- Notice Date
- 5/6/2016
- Notice Type
- Sources Sought
- NAICS
- 541310
— Architectural Services
- Contracting Office
- N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
- ZIP Code
- 00000
- Solicitation Number
- OPHA1FY160001
- Response Due
- 5/23/2016
- Archive Date
- 6/7/2016
- Point of Contact
- ALICE MENDE, (808) 474-2365
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- This is a SOURCES SOUGHT notice to determine the capabilities of Women-Owned Small Business (WOSB) firms for a potential WOSB set-aside. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or promise to issue a solicitation announcement in the future, nor does it restrict the Government to an ultimate acquisition approach. This notice is only a request by the Government to collect information from Architect-Engineer firms for the purpose of Market Research used to make acquisition decisions. Not providing a response to this Sources Sought will not prohibit/exclude your company from participating in any future solicitations. No solicitation or technical scope of services is available at this time. WOSBs are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. Any information submitted to this Sources Sought is strictly voluntary. The Naval Facilities Engineering Command, Hawaii (NAVFAC Hawaii) will neither award a contract solely on the basis of this notice, nor pay for any information that may be submitted by respondents to this Sources Sought. The A-E services will be for design and engineering services for multi-discipline projects at various locations under the cognizance of NAVFAC Hawaii. Required A-E services are primarily architectural in nature, but a strong multi-discipline team is required, and the lead discipline shall be a registered Architect. All work shall be performed in accordance with applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to, the Unified Facilities Criteria (UFC) requirements. Business capabilities will be evaluated solely for the purpose of determining whether or not to set-aside for the WOSB community. Only WOSBs will be considered for this SOURCES SOUGHT. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 541310, which has a size standard of $7.5 million in average annual receipts. If set-aside, the Limitations on Subcontracting clause (FAR 52.219-14), will require at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Contract may be up to $15 million if all options are exercised. The A-E task orders will generally be between $10,000 and $1,500,000. (Estimated construction cost of a project ranges between $25,000 and $30,000,000.) It is possible there will be several large and small task orders issued concurrently requiring quick turnaround. Please provide your response to the following. 1) Offerors name, address, point of contact, phone number, e-mail address, DUNS, and Cage Code. 2) Offerors capability to perform a contract of this magnitude and complexity based on the below criteria: (a) Describe your firms professional qualifications and specialized experience and technical competence of key personnel. Indicate qualifications of registered professionals for key personnel, including role/title, firm name, years of relevant experience and active U.S. professional registration (include State and discipline). (b) Describe your firms specialized recent experience in the design of relevant base development facility projects, not more than $30 million in construction value per project/contract, completed within the past ten (10) years for base development facility projects, which include bachelor quarter, consolidated club (officer/enlisted), fire station, fitness center, dining facility, auditorium/theater, exchange/retail store, child development center, headquarters building, administration building, operations building, laboratory, aircraft hangar, maintenance shop, warehouse, armory, training facility, sensitive compartmented information facility, and other support facilities for new construction or building alterations, renovations and repairs type projects in Hawaii and similar tropical environments in the Pacific Ocean area. Supporting facilities may include utility connections (water, sewers, electrical, telecommunications, and cable television). Types of design and engineering services shall include execution of DD 1391 or similar project programming document, FACD/design charrettes, Design-Build RFP solicitation documents, and Design-Bid-Build/Final Design contract documents. Clearly identify firms role as either the prime contractor or sub-contractor (e.g., Architect Prime Contractor or an Architect sub-contractor) for each project submitted. Provide no more than ten (10) projects. (c) Describe your firms past performance on contracts with Government agencies and private industry in terms of quality of work, cost control, compliance with performance schedules, and cooperation and responsiveness for each of the ten projects submitted. (d) Describe your firms capacity to perform approximately $15 million of work in the required time and ability to accomplish multiple projects concurrently. Address the ability to complete several large and small task orders concurrently requiring quick turnaround efficiently. Indicate the firms current workload and the availability of the prime and sub-consultants for the specified performance period. (e) Describe your firms internal design quality control program used to ensure technical accuracy of drawings, specifications, cost estimates and other required technical data. (f) Indicate your firms location of the office that will be performing the work including location of sub-consultants offices. Describe and illustrate the teams knowledge of the geographical area. Address ability of your firm to ensure timely response to requests for on-site support. Your submission is limited to 20 pages. The format shall be electronic in a PDF format, using 8-1/2 x 11 paper format, typed with a minimum 10-point font size, one-inch margins all on sides, and one-sided. Any information provided to the Government in response to this announcement will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. Please submit your qualification statement to Ms. Alice Mende via email at Alice.Mende@navy.mil. Interested parties responding to this announcement by Monday, May 23, 2016 at 2:00 p.m. H.S.T. will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/OPHA1FY160001/listing.html)
- Record
- SN04108340-W 20160508/160506234027-5684c651ad55a6412a48915e10ea8610 (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 |