Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2020 SAM #6614
SOURCES SOUGHT

C -- Request for Information/Sources Sought Synopsis for Professional Architectural and Engineering Services for Government Owned/Contractor Operated Facilities

Notice Date
1/6/2020 9:52:15 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NNSA NON-MO CNTRCTNG OPS DIV ALBUQUERQUE NM 87185 USA
 
ZIP Code
87185
 
Solicitation Number
89233020RFISS0001
 
Response Due
1/31/2020 2:00:00 PM
 
Archive Date
02/15/2020
 
Point of Contact
Edward W. Williams, Phone: 505-845-6874, Michelle Kessinger, Phone: 505-845-5985
 
E-Mail Address
ed.williams@nnsa.doe.gov, michelle.kessinger@nnsa.doe.gov
(ed.williams@nnsa.doe.gov, michelle.kessinger@nnsa.doe.gov)
 
Description
The Department of Energy (DOE), National Nuclear Security Administration (NNSA) has a need for consolidation and modernization of office and administration buildings, light laboratory buildings, and parking facilities and is investigating the possibility of realizing cost and schedule savings through the development of common building designs based on standard commercial practices that will meet a variety of needs across its 8 sites in the continental United States. Federal Acquisition Regulation (FAR) Part 36 ""Architect-Engineer Services"" applies to this RFI/SS. The NAICS code is determined to be 541310, ""Architectural Services"" with a standard size established as $8M, and NACIS code 541330 ""Engineering Services"" with a standard size established as $16.5M. This RFI/SS is issued as a means to conduct market research to identify interested A&E business firms who are licensed, registered, and certified to provide a complete range of A/E services, (aka: Title I and Title II services including incidental related work associated with design for construction and repair of real property, common core conceptual design[30%, 60%, 90% complete], final designs, and construction phase design and engineering services) within the continental United States and its territories (Puerto Rico and Guam, etc.). Anticipated projects may require multi-discipline engineering services in the design of approximately 20 buildings estimated to be 15,000 to 20,000 square feet within a five year period of performance. Types of buildings include commercial office and administrative buildings, commercial light laboratory buildings housing laboratory and bench spaces without special building modifications, and parking garages. Design of buildings should be ""standard"" to approximately 8 sites (Site locations: California, New Mexico, Tennessee, Nevada, South Carolina, Missouri, and Texas) and scalable depending on specific site requirements with optional bays to be added as required. In accordance with FAR 36.204, this requirement�s magnitude will be more than $10,000,000.00 for the anticipated five year period of performance. A follow-on contractual instrument to this requirement is a possibility. Work may include miscellaneous general construction engineering and architectural services (architecture, mechanical, electrical, structural, civil, sanitary, geotechnical, environmental, telecommunications, arctic/cold regions engineering and coastal engineering). Other services that may be obtained are assessment of existing conditions, review of project designs, analysis of alternatives, sustainable design recommendations for cost effective alternatives, development of final designs, and construction contract documents. Work may take place in restricted and/or secure spaces where a Foreign Ownership, Control or Influence (FOCI) and/or security clearances may be required. The method of procurement will be determined upon completion of this market research (National, or regional awards where some sites may be grouped together). It is anticipated, however, that awards could be through task orders awarded with a single firm fixed price (FFP) contract line item number (CLIN) from an Indefinite Delivery Indefinite Quantity (IDIQ)�contract with a performance period of one (1) base year, and possibly four (4) one year option periods (option periods are at the sole discretion of the Government). THERE IS NO SOLICITATION AT THIS TIME AND THIS IS NOT A REQUEST FOR PROPOASAL. This RFI/SS is being used solely to determine business interest and their capability. A Statement of Capability (SOC) is being requested in this RFI. Submission of any information in response to this market survey is purely voluntary to include the submission of a SF 330, if desired. The Government assumes no financial responsibility for any costs incurred. Solicitation issuance is planned for early winter or spring of 2020. Services Sought: The list to be performed under this acquisition will include: 1. Prepare bridging documents, concept designs and technical specifications. Services may include selected engineering disciplines and drafting to supplement in-house design teams and/or a multi-discipline engineering and design team. 2. Studies and reports including, but no limit to: o Existing building system (architectural, structural, seismic, mechanical, electrical, etc.) evaluations. o Existing site system (sanitary, drainage, etc.) evaluations. o Existing waterfront facilities (above and below water) and load. o Bearing structure and seismic evaluations. o Generating and evaluating alternative architectural, structural, electrical, mechanical, or other systems. o Performing site surveys and inspections. o Preparing drawings, calculations, cost estimates, economic analysis, and other work necessary to complete quality studies and reports including facility inspections and deficiency studies. o Geotechnical survey assessment of the feasibility to locating new, existing, and future missions at new locations to include data collection, gap analysis, recommendations, etc. ? Data collection, analysis, and assembly of Project Planning Reports (PPR) to include alternative identification, analysis and prioritization; PP and PPR economic analysis. Environmental (lead, asbestos, sediment, soil, etc.) surveys, sampling and testing. ? Topographical surveys. ? Feasibility studies evaluating new and innovative approaches to improving efficiency in design and construction practices across all NNSA sites. 3. Designs for new construction of Government owned/Contractor operated projects including, but not limited to: ? Light commercial, including building systems. ? Site work including utilities, grading, drainage, and paving. ? Energy conservation, sustainability, waste reduction and the use of recovered materials. ? Seismic retrofit of existing buildings and facilities. 4. Other A/E services ? Drafting Services ? Commissioning and retro-commissioning. ? Staff augments (Subject Matter Experts � SME) of an A/E nature. ? Construction phase design and engineering services ? Other A/E services consistent with Federal Acquisition Regulation (FAR) 36.601-4 5. Conduct Engineering Support ? Shadow contractor assurance assessments of engineering subject matter activities. ? Conduct or participate in subject matter walk-through activities, including walking design spaces and����� conferring with engineers. ? Provide Subject Matter Experts to conduct independent technical reviews of engineering issues, including Leadership in Energy and Environmental Design (LEED) issues. Requested Information: Interested businesses are requested to submit a Statement of Capability (SOC) that includes the following information: (1) Company Name and Mailing Address (2) Point of Contact (name, title, telephone number, e-mail address). (3) Company DUNS number (4) Socio-economic category/status/class. (5) States licensed, registered and/or certified in with any expiration dates of licenses, registration, or certifications included and for which states. (6) If two or more business concerns plan a joint venture or teaming arrangement, identify each company and include each company�s address, point of contract information, business size, and DUNS number. (7) A statement indicating what SAM.gov profile reflects for the size standard in accordance with the stated NAICS code identified in the first paragraph of this RFI/SS. (8) An overview on your company�s technical capability for a five (5) year contract effort in excess of $10M to operate anywhere in the continental United States, and its territories (Puerto Rico and Guam, etc.) to meet the requirements listed. If two or more business concerns plan a joint venture, identify the demonstrated capabilities of each business to perform the work described earlier and the roles and responsibilities of each business in the accomplishment of the requirements. (9) A summary of your company experience and past performance within the last 5 years as it relates to the requirements above, with a particular focus on implementing standardized approaches to the design and construction of commercial-like buildings. Each company�s experience (government or commercial) summary should include: a) contract/project title and ID number; b) brief description of the project; c) client/customer point of contact (name, address, phone number and email); d) dollar value of the portion of the contract/project worked with total project value; e) period of performance of contractor; f) relevance of contract/project to the requirements; and g) past performance ratings demonstrating the capability of the firm(s). THIS REQUEST FOR INFORMATION/SOURCES SOUGHT IS BEING USED TO ONLY DETERMINE THE CAPABILITY OF PROVIDING SUCH SERVICES. SUBMISSION INSTRUCTIONS: SOCs shall not exceed ten (10) letter-size (8.5""x11"") pages using 12-point font and 1-inch margins; any pages submitted in excess of ten (10) pages may not be reviewed. SOC must be submitted electronically via e-mail to ed.williams@nnsa.doe.gov no later than 3:00 pm MT, January 31, 2020. Any SOCs received after this time and date may not be reviewed. Costs incurred as a result of this Sources Sought shall be borne by the company and will not be charged to the Government for reimbursement. The Government will not release its findings, but will use the input to derive an acquisition strategy for the identified requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7e379e5bfe1b414486c1160fd0f7bb19/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05527566-F 20200108/200106230130 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.