Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2020 SAM #6756
SOURCES SOUGHT

C -- Encroachment AE IDIQ NAVFAC SW

Notice Date
5/27/2020 2:03:32 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247320RENCR
 
Response Due
6/10/2020 1:00:00 PM
 
Archive Date
06/25/2020
 
Point of Contact
CRYSTAL IRVIN, Phone: 6195324239
 
E-Mail Address
crystal.irvin@navy.mil
(crystal.irvin@navy.mil)
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Woman-Owned Small Businesses (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The Sources Sought Synopsis is one facet in the Government�s overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the market research. Naval Facilities Engineering Command Southwest (NAVFAC SW) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources with current relevant experience, personnel, and capability to perform the Architect?Engineer (A?E) services required for a firm fixed price Indefinite? Delivery, Indefinite?Quantity (IDIQ) contract for Encroachment Management Implementation Services at various Navy and Marine Corps Installations primarily in the Navy Region Southwest, but may be extended to Navy Region Northwest, Pacific Ocean, Hawaii, and sea range complexes. The goal of this announcement is to obtain information on available A?E firms who can provide Encroachment Management Implementation services to support NAVFAC�s program. A?E services required: 1. Land Use Planning: Analysis of local land use plans and implementing ordinance for compatibility with on-going military operations; compilation of operational data in Geographic Information system (GIS) format and creation of land use maps with overlaid operational footprints; and analysis of military operational equities in and around the operational footprint, including maps of potential encroachment and analysis of stakeholder interests and types of encroachment concerns. Analyze the military operational equities in and around the operational footprint on and offshore to include maps and matrix detailing potential encroachment, in addition to a full written analysis of stakeholder interests, concerns, and type of encroachment concerns. 2. AICUZ/RAICUZ:� Preparation of or updates to AICUZ/RAICUZ studies, including frequency and location of flight operations; analysis of land use compatibility, assessment of significant changes in operational characteristics such as additional aircraft and new platforms; preparation of noise impact studies; and safety analysis such as analysis of accident potential zones and clear zones. 3. Encroachment Action Plans (EAP) of Encroachment Control Plans (ECP):� Preparation of or updates to EAPs or ECPs with on- and off-shore operational footprints, including updating Military Influence Areas (MIA) including line of sight, frequency spectrum, and readiness operational equities to reflect areas of critical concern; and identify methods to mitigate encroachment within the MIA. Provide detailed analysis and recommendations for strategic engagement with local community and affected stakeholders to implement findings and recommendations of the EAP or ECP. �4. Outreach Planning Materials: �Preparation of outreach and compatibility brochures that detail operations, potential mission impacts, community outreach, and economic benefits of the military installation.� The outreach planning materials will assist in the implementation of other studies/analysis, preparation of communication plans, press releases, display boards, brochures, and slide presentations. Meeting support with community groups including, but not limited to, logistic materials for focus groups, land use forums, and open houses may also be required. 5. Other related studies/analysis:� Provide additional services to assist in implementation of encroachment management studies, Range Complex Management Plans (RCMPS), Integrated Natural Resource Management Plans (INRMP), Readiness and Environmental Protection Integration (REPI) Program plans, and other special planning, engineering, and encroachment support deliverables, such as analytical assessments, geospatial analysis and simulations, traffic studies, glint/glare analysis, radar assessments, plume analysis and modeling, lighting studies, and socio-economic studies.� 6.� Strategic Engagement and Communication Plans (SECP):� Provide SCEPs to present and set forth compatible policy and regulatory guidance as identified in various encroachment management studies for local jurisdictions to consider in their General Plans, Zoning, and other land use regulations. 7.� Electronic Database: Preparation of strategic engagement electronic database with metrics for encroachment management, with the capability to track proposed development projects, compatible policy and regulation analysis and reports, support for operational and compatibility assessments, and the Encroachment Management Implementation (EMI). 8.� Other Related Reports or Documentation:� Deliverables also include assistance with incidental services related to providing public notice for studies and publicizing and providing training on encroachment-related studies.� Additional requirements under this contract may include but are not limited to case studies, sketches, preliminary plans, cost estimates and descriptive text for future planning and work plans.� Other special planning, engineering, and encroachment support deliverables, such as analytical assessments, geospatial analyses, information technology applications, thermal imaging, sensor imaging, traffic, noise, expansion, or alteration processes and procedures for adjusting boundaries of Restricted Special Use Airspace (SUA), Military Training Routes (MTR) and Military Operational Areas (MOA), Unmanned Aerial System (UAS) potential hazard to flight and socio-economic studies may be required. Firms and personnel may be required to work within classified facilities and be exposed to classified information that will require additional security clearance. �The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $16,500,000. The proposed contract will be for one base year with four one?year renewable options, resulting in the contract performance period of five years. The estimated total contract price for the base year and all option years combined is $30,000,000. The maximum value of individual task orders would be $1,500,000. The minimum value of individual task orders would be $5,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner: Part I � Contract Specific Qualifications: Note: In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC SW may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Complete Section A � Contract Information. Complete Section B � A-E Point of Contact. In addition to the name of the firm in Block 5, provide your firm�s Dun and Bradstreet Number (DUNS) and state if your firm is SBA certified 8(a), SBA Certified HUBZone, SDVOSB, WOSB and/or Small Business (identify all that apply). A set-aside cannot be reasonably determined without size and socio-economic designations. Section E � Resumes:� Provide a maximum of five (5) resumes for key personnel that would be directly responsible for performing the required services.� List only the team members who actually will perform major tasks under the contemplated contract work scope and their qualifications, which should reflect the individual�s potential contributions to the contract.� At least one of the key personnel shall be a professionally registered engineer or a planner certified by the American Institute of Certified Planners (AICP), and be on staff of the Prime A-E firm. Each resume must include a maximum of five (5) specific, recently completed projects that best illustrate the individual member�s qualifications and experience in performing the listed services. For each project, the individual must describe how significant his/her role and responsibilities were in the services, specific services performed, and provide the completion date of the services. A specific project is a single project or a single task order under an indefinite quantity contract or on?call type contract. �Recent� is defined as professional A?E services completed within the past five years prior to ����May 27, 2020.� Projects not meeting these requirements will not be considered. Section H � Additional Information: On a maximum of three (3) pages, list a maximum of ten (10) specific, recently completed or substantially completed projects that demonstrate the overall team experience in the required services. At a minimum, each project description shall include the project title, fee, completion date and how each project reflects experience in the required services. A specific project is a single project or a single task order under an indefinite quantity contract or on?call type contract. �Recent� is defined as professional A?E services completed within the past five years prior to May 27, 2020.� Projects not meeting these requirements will not be considered.� Substantially complete projects are those that are at least 80% completed. Be advised that although substantially complete projects will be considered for market research purposes, if an actual solicitation is announced, all projects submitted in response to the solicitation must be 100% complete at the time of SF330 submission. Section H � Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing �Location� and one addressing �Capacity.� Entitle the first paragraph �Location� and within that paragraph indicate the location of the firm�s main office and branch offices, and describe the team�s knowledge of and availability to work in the proposed geographical area, and the ability of the firm to ensure timely response to requests for onsite support at military installations within the Navy Region Southwest and at NAVFAC Southwest offices in San Diego, CA. Entitle the second paragraph �Capacity� and within the paragraph indicate the number of employees within the prime A?E firm responsible for providing the required services, and address the firm�s capacity to accomplish multiple task orders simultaneously. The firm shall list all the personnel who will be involved in providing the required services. The Offeror/Contractor must demonstrate adequate in?house staffing capacity to self?perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219.14(b)(1) Limitation on Subcontracting. Section I � Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Part II General Qualifications: Complete SF330 Part II � General Qualifications for the Prime A-E Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 1:00 PM PST on June 10, 2020. Please address your response to Crystal Irvin, in a PDF format, to crystal.irvin@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with �N62473.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ef73c2dbf4914c56bd3efe6e349013ab/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05672207-F 20200529/200527230200 (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.