Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2018 FBO #6224
SOLICITATION NOTICE

C -- IDIQ ARCHITECT-ENGINEER SERVICES FOR VARIOUS GOVERNMENT OF JAPAN FUNDED PROJECTS COVERED BY THE DEFENSE POLICY REVIEW INITIATIVE AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITI

Notice Date
12/6/2018
 
Notice Type
Synopsis
 
NAICS
541310 — Architectural Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
96860
 
Solicitation Number
N6274219R0001
 
Response Due
1/23/2019
 
Archive Date
9/30/2019
 
Point of Contact
Bernadette Julian 808-471-0929 Erik Torngren,808-471-3661
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFCATIONS, IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery Indefinite Quantity (IDIQ) contract for Design and Engineering Services for various projects funded by the Government of Japan (GoJ) direct cash contributions (or otherwise referred to as the Mamizu funds) and United States funds for the development of infrastructure and facilities covered by the Defense Policy Review Initiative (DPRI) under the cognizance of Naval Facilities Engineering Command, Pacific (NAVFAC Pacific). NAVFAC Pacific is the designated design and construction agent for the DPRI associated with the rebasing of Marines and their dependents from Okinawa to Guam. Projects include, but are not limited to, primarily new construction of base development facilities (bachelor enlisted quarters, bachelor officer quarters, headquarters, fire station, police station, dining facility, fitness center, school/training, public works/maintenance shop, military training range, and utilities and supporting infrastructure). Architect-Engineer (A-E) Design and Engineering Services required under this contract include, but are not limited to, the execution and delivery of DD 1391 ™s; plans and specifications including Design-Build (DB) Request for Proposal (RFP) contract documents and Design-Bid-Build (DBB) contract documents; technical surveys and reports including engineering investigation, site investigation, topographical survey, geotechnical investigation, and Munitions of Explosive Concern (MEC) investigation; Functional Analysis Concept Development (FACD)/design charrettes; construction cost estimates, and Post Construction Award Services (PCAS). PCAS consist of technical consultation during construction, including, but not limited to, construction submittals, site visits, operations and maintenance support information, record drawings, and other miscellaneous services. If asbestos or hazardous materials exist, the A-E contractor shall identify and provide recommendations for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The outcomes for this acquisition are consistent with the FAR 37.101 definition of service contracts. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of one year and four one-year options (if exercised). The total fee for the contract term shall not exceed $100,000,000. The guaranteed minimum for the contract term (including option years) is $20,000. Firm-fixed price task orders will be negotiated for this contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project work assignment. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is March 2020. This proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541310, Architectural Services. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. 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. NAVFAC Pacific currently uses the following software applications: WINDOWS 10 Workstation, Microsoft Office 2016 Professional (Word 2016, PowerPoint 2016, Excel 2016, Access 2016, Project 2016), Adobe Acrobat XI Pro, SpecsIntact, SUCCESS, and AutoDesk AutoCAD 2010. In accordance with the contract or task order statement of work, the contractor shall complete necessary tasks and submittals or submit various reports to the Government that are readily useable in these applications without further adjustments. SELECTION CRITERIA - See attached for full synopsis. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274219R0001/listing.html)
 
Record
SN05167799-F 20181208/181207065824 (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.