Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOURCES SOUGHT

C -- Indefinite Quantity Contract for Geotechnical Engineering Services at Various Activities Located within the Naval Facilities Engineering Command Atlantics Geographic Area

Notice Date
12/12/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247017R5007
 
Response Due
1/5/2017
 
Archive Date
1/20/2017
 
Point of Contact
Linda Stein, Contract Specialist; Phone: (757)322-4489;
 
E-Mail Address
linda.stein@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The intent of this sources sought synopsis is to identify potential qualified 8(a), Historically Underutilized Business Zone (HUBZone) Small Business, Service Disabled Veteran Owned Small Business, Women Owned Small Business (WOSB) and Small Business firms for an Indefinite Quantity Contract for Geotechnical Engineering Services. Architect-Engineer or Engineering Services will be required primarily for Virginia, North Carolina, and West Virginia, but shall include other various activities within the Geographic area of responsibility of Naval Facilities Engineering Command Atlantic, including the Continental United States, the Caribbean, Africa and Europe. One Indefinite Quantity Contract will be awarded as a result of this competition. 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. THIS IS NOT A SOLICITATION BUT SOURCES SOUGHT ONLY. After review of the responses submitted, a solicitation announcement will be published in the Federal Business Opportunities if the Government intends to continue with the procurement. The type of geotechnical engineering services expected to be performed are: 1.Conduct subsurface investigations and site characterization studies with subsequent geotechnical/foundation analysis- including monitoring, sampling and analysis of soil and groundwater for geotechnical properties using various field and laboratory tests and construction or materials testing and engineering inspection services. Analysis may also require specialized geotechnical software. Geophysical services (i.e. GPR, EM, ReMi, SASW, MASW). 2.Field investigation typically will require mobilization to locations using transportation not provided by the U. S. Government, arranging for required security clearance to obtain base access for all drillers and equipment, field location of utilities with appropriate equipment, and locating and performing borings and providing GPS (Lat/Long) coordinates for all boring locations and landmarks “ accurate to 1 meters or better. Mobilization should include personnel for boring layout, scoping for utilities and coordination with the local point(s) of contact “ including necessary clearances and permission for access. Mobilization will also require 24 hour groundwater data in a minimum of 20% of the borings or three representative locations, whichever is greater. If the drilling method does not allow direct reading from the borehole, a temporary well must be installed. Incidental monitoring requiring sampling and analysis of soil and groundwater for environmental contamination shall include, but not be limited to, providing capability to monitor boreholes for combustible gas or petroleum vapors at sites of potentially contaminated soil material and/or groundwater, and providing labor, equipment and protection measures (EPA Levels C and D) for performing subsurface investigations. 3.Services shall also include providing soils and environmental personnel (technical and professional) at field and laboratory locations to perform or evaluate the subsurface investigation, testing or inspection for subsequent construction or design. 4.Per Unified Facilities Criteria (UFC) 1-300-09N, a typical report will include a description of the drilling method used and any pertinent site observations along with the boring location plan, the boring logs and tabulated laboratory test results with typical graphical backup. Report shall also include research and evaluation of historical geotechnical data, topographic data, and aerial photographs. When required, services may include a more extensive written report containing a discussion of sampling procedures, site conditions influencing investigation/testing/project design and/or project recommendations based upon interpretation of test results and the results of investigation/testing performed. Seconday tasks may be required infrequently, and may include, but not be limited to: 1.Provide engineering services involving consultation, inspection and/or evaluation of materials or site conditions during the design, during construction, or after construction (including but not limited to slope stability analysis, earthwork-related site improvements, foundations, concrete and bituminous pavements). 2.Provide the following services/products: preparation of technical reports, studies, engineering investigations, wetland delineation and mapping, cost estimates, surveys (property, topographic, hydrographic, wetland etc.), shop drawing reviews, construction related consultation and inspection and field and laboratory testing for environmental contamination. 3.Provide inspection of airfield (and other) pavements and prepare Pavement Condition Index (PCI) Reports using the most current version of MicroPAVER pavement management software. Work may include the generation and maintenance of GIS section location maps “ accurate to within 8 inches or better. 4.Conduct forensic investigations of existing pavements and/or vertical structures to document existing conditions as well as determine, where possible, the cause of any distresses or constructions defects. Forensic investigations will also be used to identify materials that do not match the characteristics of the ones specified as well as identify material attributes or indicators that would suggest that the materials utilized will exhibit poor durability or be susceptible to early deterioration and failure. 5.Conduct sampling, testing, and reporting of hazardous material such as lead, asbestos, PCBs, and mercury. Reporting shall include remediation recommendations, Environmental drawings that can be used as part of demo and construction design package, and specifications for demolition and construction. 6.Provide design drawings and specifications for work involving geotechnical, civil storm water, drainage systems, pavement systems, hazardous materials, and elements associated with civil, foundation, and site demolition. Should a future requirement (s) evolve from this preliminary planning purpose, the Government intends to issue a Solicitation Notice and award one Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract with an estimated value of $7.5 million. The contract term will be a base year and four one year option periods. The task order projects will vary in magnitude. The NAICS code is 541330, Engineering Services. The small business size standard is $15.0 million. Statement of Capabilities submittal requirements: The Statement of Capabilities (SOC) will determine the feasibility and/or basis for the Government ™s decision to proceed with acquisition. Interested firms must submit a SOC, which describes in details the firm ™s capability of providing the described services. The Government will evaluate sources ™ capabilities based on the following: 1.Prime and key consultants ™ recent experience (within the last 5 years) with regard to the services listed above, knowledge of pertinent regulations, and experiences working within the Naval Facilities Engineering Command, Atlantic, including the Continental United States, the Caribbean, Africa, and Europe. Provide a minimum of three and a maximum of six project examples from current or past contracts that demonstrate this experience. Individual projects (task orders or stand-alone contracts) under $20,000 will not be considered. One or more individual project(s) of $200,000 should be included in the examples provided. 2.Professional qualifications and capabilities of the staff to be assigned to the resulting contract; include experience within the past 5 years in the types of work addressed above. Firms will be evaluated in terms of their staff ™s active professional registration, role expected to play in this contract and roles they played in the projects addressed in item 1 above. Differentiate between planning and design experience. 3.Provide an overall management plan for this contract; in particular illustrate management ™s approach/plan to utilize in-country consultants to assure that design is compatible with in-country materials, standards and codes, and in-country construction practices. 4.If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable professional qualifications and experience for each member, and to what extent your firm has worked with the proposed subcontractors in the past. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). A small business prime will be required to comply with FAR 52.219-14 which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract. SUBMISSION REQUIREMENTS: It is requested that interested firms submit to the contracting office a brief Statement of Capabilities (no longer than 20 pages in length) demonstrating their ability to meet and execute the requirements as set forth above, and include company or organization name and address, point of contact, telephone and facsimile number, email address; DUNS Number, Cage Code number, and indicating whether you are a small business, small disadvantage business, woman-owned business, etc. Firms submitting responses shall present their information in a matrix format showing contracts they have performed. The matrix shall show the most recent projects (minimum of three maximum of six), which demonstrate an ability to meet the qualification criteria listed above. Provide the contract number, contract type (i.e. fixed price, indefinite quantity/indefinite delivery, cost reimbursement, etc.), project value, contract value and point of contact with phone number. Indicate whether the work was performed as a prime or a subcontractor, as well as what percentage of work your firm performed. List key personnel that participated in the projects and their responsibilities. Provide your ability to meet the qualifications described above relative to your firm/team. Provide business name, address, telephone number and business site, socioeconomic category for NAICS code 541330, average number of employees of the concern, and average annual receipts based on the last 3 fiscal years. Responses are due 5 January 2017 at 14:00 ET. Submissions should be sent either by email to linda.stein@navy.mil or by mail to the following address: Naval Facilities Engineering Command, Atlantic 6506 Hampton Blvd. LRA, Bldg. A ATTN: Ms. Linda Stein, Code ACQ35 Norfolk, Virginia 23508-1278 This market survey is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The Government will not provide a œdebrief  on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for purpose of verifying performance. POINT OF CONTACT: Linda Stein, Contract Specialist; Phone: (757)322-4489; Email: linda.stein@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247017R5007/listing.html)
 
Record
SN04349079-W 20161214/161212234225-adea6a28e74edf4f5b6d9f7efad14115 (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.