Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2020 SAM #6729
SOURCES SOUGHT

C -- Indefinite Delivery Indefinite Quantity Contract for Fire Protection Design and Engineering Services for Projects throughout the Naval Facilities Engineering Command, Mid-Atlantic's Area of Responsibility (AOR)

Notice Date
4/30/2020 10:25:57 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
N4008520R0039
 
Response Due
5/15/2020 11:00:00 AM
 
Archive Date
05/30/2020
 
Point of Contact
Stephen Astwood, Phone: (757)341-0692
 
E-Mail Address
stephen.d.astwood@navy.mil
(stephen.d.astwood@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID.� 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 Engineering and Design Services are required for an Indefinite Delivery Indefinite Quantity Contract for Fire Protection Design and Engineering Services for Projects throughout the Naval Facilities Engineering Command, Mid-Atlantic's Area of Responsibility (AOR). �Work under the contract is anticipated to occur primarily at NAVFAC MIDLANT Area of Responsibility (AOR), which includes Maine, Rhode Island, Connecticut, New Jersey, Pennsylvania, Virginia, West Virginia, North Carolina, South Carolina, Georgia, Indiana, Great Lakes.� However, work may be included throughout NAVFAC worldwide (rare occasion).� The AE�s fire protection design and engineering services shall be in accordance with Unified Facilities Criteria (UFC) 3-600-01 and UFC 3-600-10N, as well as all other applicable National Fire Protection Association (NFPA) codes/standards not covered by the UFC and extensive knowledge and experience with the International Building Code (IBC). �Specifically, NAVFAC MIDLANT requires all Fire Protection Engineers to be registered in that particular discipline. �The fire protection work may include, but is not limited to building code analysis; life-safety code analysis; water flow tests; fire-protection design analysis of automatic detection and suppression systems; and verification of the adequacy of water supply (i.e., preliminary sprinkler layout with supporting hydraulic calculations). �The project scope may require automatic sprinkler and fire alarm systems; all, actual fire protection requirements shall be verified by the A-E. � The target award for this IDIQ is $15,000,000.00.� All small businesses, service-disabled Veteran-owed small businesses, certified HUB-Zone small businesses, women-owned small business 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 January 2021. The appropriate NAICS Code is 541330. The small business size classification for this procurement is $16.5M. 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, at a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar scope and complexity within the last five 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. Architect-Engineering and Engineering Services that may be required under this contract include facility and/or infrastructure field surveys and investigations resulting in the development of engineering analyses, studies, cost estimates, plans, specifications, shop drawing review, and other associated engineering services.� Projects are categorized as repair, replacement, upgrade, maintenance, energy savings and sustainability projects covering the full range of the field of fire protection engineering for a wide range of new and existing facilities and systems, utilities and infrastructure.� Projects shall include, but not limited to the following, 1) Fire protection water supply and distribution systems 2)Base-wide fire-reporting systems 3)Administrative facilities 4)Personnel support facilities � (lodging, berthing, recreational) 5)Child development centers 6)Medical facilities � (hospitals, medical/dental clinics) 7)Training facilities 8)Simulators 9)Industrial facilities 10)Maintenance facilities 11)Operational facilities 12)Warehouse facilities 13)Aircraft hangars (2) Qualifications of the Fire Protection Engineering staff shall be as follows; An individual who is a registered professional engineer (P.E.) who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveying (NCEES) and has relevant fire protection engineering experience.� In addition, the firm shall demonstrate a minimum of four (4) Fire Protection Engineers on staff in order to perform the work. (3) Company Profile to include number of employees, office location (s), DUNS Number, Cage Code, and statement regarding small business designation and status.�� The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or synopsis for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. RESPONSES ARE DUE ON FRIDAY, 15 MAY 2020, AT 2:00 PM EASTERN DAYLIGHT TIME (EDT). LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by email to the following address: stephen.d.astwood@navy.mil. Questions or comments regarding this notice may be addressed by email to Stephen Astwood at stephen.d.astwood@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9bef7ed02c72407ab8d47eca48b4f2d5/view)
 
Record
SN05641966-F 20200502/200430230149 (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.