SOURCES SOUGHT
C -- Procure new IDIQ A&E, Multi-Discipline Engineering Services primarily for Parris Island
- Notice Date
- 1/14/2020 8:37:50 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0014
- Response Due
- 1/28/2020 11:00:00 AM
- Archive Date
- 02/12/2020
- Point of Contact
- Crystal Chatmon, Phone: 7573411999
- E-Mail Address
-
crystal.chatmon@navy.mil
(crystal.chatmon@navy.mil)
- Description
- 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 Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Indefinite Delivery /Indefinite Quantity multiyear Architect/Engineer (A/E) services contract be executed for use by the Beaufort area Navy/Marine Corps activities in the local area. The A/E services contract should be led by an Architect firm, which has full availability of engineering and other specialized subcontractors necessary to effectively complete designs for various types of construction projects and engineering studies. �These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, Federal Acquisition Regulation (FAR) Subpart 36.6.� Work under the contract is anticipated to occur primarily at Facilities, Engineering, Architect Design (FEAD) Parris Island �Area of Responsibility (AOR) including FEAD Beaufort AOR.� However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion). � Projects can be categorized as renovation, repair, or minor new construction projects executed at the FEAD.� Projects may include multiple disciplines or single disciplines, including new construction and general building renovation work; development of Design-Bid-Build (DBB) packages; development of Design-Build (DB) request for proposal packages; conducting Life Safety Code Studies; interior space planning/design studies; hazardous material surveys; engineering and design of site work; paving; landscaping; communications; fire protection; energy conservation systems; utilities; historical properties, and faculty planning.� Comprehensive A-E services are required for planning, design, and construction services in support of the new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities for design projects or studies.� AE services may include multiple disciplines or single disciplines, including but not limited to architectural, landscape architecture, structural, mechanical, electrical, civil, geotechnical, fire protection, Anti terrorist and Force Protection(ATFP), and cost engineering.� The types of projects may include: administrative, industrial, maintenance, warehouses, communication, personnel support, recreation, lodging, medical, training, barracks, mess halls, and ranges.� Utilities include steam; low pressure compressed air; fresh water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; fire protection and alarm systems; control systems; lighting; and communications (telephone, television, fiber optics, cyber security, Supervisory Control and Data Acquisition (SCADA) control system, and Local Area Network (LAN)).� Work may also include A-E services for projects ancillary to facility projects: such as: buildings; roads; parking areas; railroads; bridges; foundations; retaining walls; failure investigation including destructive and non-destructive testing; seismic evaluation and design; progressive collapse analysis; blast resistant design; structural engineering investigations; utility systems including sanitary and storm; water systems; storm water management; sediment and erosion control; earthwork; surveying; pavement design; and civil engineering studies and demolition of existing facilities. The contract work may require specialize service for telecommunications, physical security, audio-visual and collateral equipment.� Facility types may include, but are not limited to, pavements and associated infrastructure, base utilities, personnel housing facilities (Bachelor Enlisted Quarters (BEQ) and Bachelor Officers Quarters (BOQ), Recruit Squad Bay barracks , hospitality; office facilities (medical, training, secure facilities); training facilities (operational, maintenance, and classroom); and industrial maintenance facilities (vehicle maintenance shops, intermediate maintenance activities, public works shops, and warehouses) renovation/construction of laboratory spaces and facilities, small arms storage facilities �and Research, Development, Test, and Evaluation (RDT&E) spaces and facilities.� Also, substantial work associated with ordnance production/storage facilities including electrical hazard classifications required to be designed to Naval Sea Systems Command Explosives Safety Management Policy (NAVSEA OP 5) requirements.� The target award for this IDIQ project is between $5,000,000 and $10,000,000.� All service-disabled Veteran-owned 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 July 2020. The appropriate NAICS Code is 541330.� The small business size classification for this procurement is $16,500,000.� 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 TEN 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 (the relevant experience submitted shall include designs of commercial and industrial construction/renovations including as many of the following systems as possible:� Chilled water, hot water, process and or cooling water, low and medium steam distribution and use, direct digital controls, geothermal and solar energy applications, �air handling systems, HVAC and building envelope design for humid coastal environment to include mold control, humidity control, hurricane and flood resilience for the South East Coastal Region, plumbing, hot water and steam boilers, compressed air, primary and secondary electrical distribution, interior/exterior communications (fiber/telephone), lighting, intrusion detection, lightning protection (catenary and terminal), emergency and standby electrical (generator/UPS), electrical and mechanical systems in facilities including electrical hazardous classifications and a sampling of experience in the other efforts described above ); the documentation should include experience in NC/SC Coastal Zone storm water management and design and permitting techniques and procedures. �(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 THURSDAY, 28 JANUARY 2019, by 2:00 PM EASTERN.� LATE RESPONSES WILL NOT BE ACCEPTED.� The package shall be sent by email to the following address:� crystal.chatmon@navy.mil.� Questions or comments regarding this notice may be addressed by email to Crystal Chatmon at crystal.chatmon@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/396ed8d4a0cf4e52921ec0c8f3f42c23/view)
- Place of Performance
- Address: Parris Island, SC 29905, USA
- Zip Code: 29905
- Country: USA
- Zip Code: 29905
- Record
- SN05534680-F 20200116/200114230138 (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 |