SOURCES SOUGHT
C -- Multiple Award Contract (MAC), Indefinite Delivery /Indefinite Quantity (IDIQ), Architect-Engineer (A-E) Traffic Engineering and Transportation Planning Services
- Notice Date
- 11/30/2020 3:26:02 PM
- 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
- N4008521R1211
- Response Due
- 12/11/2020 11:00:00 AM
- Archive Date
- 12/26/2020
- Point of Contact
- Jonathan M. Durham, Phone: 7573410559
- E-Mail Address
-
jonathan.durham1@navy.mil
(jonathan.durham1@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 Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing Multiple Award Contract (MAC), Indefinite Delivery /Indefinite Quantity (IDIQ), Architect-Engineer (A-E) Traffic Engineering and Transportation Planning Services.� 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 NAVFAC Mid-Atlantic Area of Responsibility (AOR) including states of Virginia, North Carolina, South Carolina, Georgia, Delaware, Pennsylvania, New Jersey, New York, Connecticut, Rhode Island, Massachusetts, New Hampshire, Maine, West Virginia, Indiana and Illinois. However, work may be ordered throughout the entire Naval Facilities Engineering Systems Command world-wide.� Projects can be categorized as studies, analysis, reviews, assessments, or designs.� Projects may include multiple disciplines or single disciplines, including but not limited to: transportation planning studies and analysis (Basewide and sub-area transportation studies; vehicle trip estimation and calibration factors; Access management/roadway network circulation, bicycle, pedestrian, and transit considerations; Technical review support; Land Use Planning analysis/basic facility requirements assessments; Installation development plans; and Area Development Plans); traffic engineering studies, analysis, and reviews (traffic signal operation studies/analysis; safety analysis; parking/roadway network analysis and studies); access control point/entry control (ACP/ECF) facility assessments, planning and design (vehicle operations, parking, and circulation; Unified Facilities Criteria (UFC) compliance and safety analysis and studies, design; and ACP/ECF inspection areas and visitor center/security); roadway and intersection design (traffic/pedestrian design); bridge/structural design (roadway bridges/culverts; retaining walls; and blast walls); intelligent transportation systems (communications and device planning/design; Regional Information Transportation System; Electric vehicle charging station design/permits; lighting photometric and electrical planning/design); disaster response (post-event damage assessment; expedient repair concept plans; and master planning solutions); pavement and asset studies (pavement; parking lots; motor pool areas; airfield taxiways/runways, aircraft hangars/aprons; Pavement Condition Index survey; and asset condition assessments); and traffic data collection (multi-modal and dynamic data collection, parking inventories, and Bluetooth).� .� The work under this contract includes interface with other Federal (i.e. Department of Transportation, etc.), State (i.e State Department of Transportation, etc.), and local agencies (cities) where the AE firms will be agents for the Navy in planning, design, and construction support activities.� The Navy notes that there may be instances where an awardee of this MAC AE IDIQ may have conflict of interest with another Federal, State, or local agency that will render the AE unable to propose on specific Task Orders. Additional Transportation Engineering Services that may be required include but are not limited to: wetland delineations; property and topographic surveys; geotechnical engineering; obtaining soil borings; UXO services and hazardous materials identification; environmental testing; interior space planning/design; and construction inspection and engineering consultation services during construction.� Comprehensive A-E services may be required and include but are not limited to providing assistance in preparing DD Form 1391 documents; preparation of plans, specifications, and as-built drawings; preparation of cost estimates; shop drawing reviews; Quality Assurance Plan preparation; Title II services such as construction inspection and engineering consultation services during construction; and any other related planning and engineering services or studies in support of the above tasks. The selected Architect and Engineering firms will be required to utilize the following computer programs/applications during performance: Cube, TransCAD, Synchro, Sidra, Highway Capacity Software (HCS), CORSIM, VISSIM, SimTraffic, MicroStation, AutoCAD.� Firms will also be required to prepare cost estimates utilizing the MCACES MII estimating system,� specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2016 or higher) or Revit (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications.� 3D renderings and BIM modeling may also be required. Key personnel, including sub-consultants, MUST be U.S. CITIZENS and able to obtain security clearances as required. The target award for this Multiple Award Contract (MAC) AE IDIQ contract is anticipated to be $40,000,000.� All small businesses, woman-owned small businesses, veteran-owned small businesses, service-disabled Veteran-owed 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 multiple contracts for these services no later than September 2021. The appropriate NAICS Code is 541330 � Engineering Services.� 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, at a minimum, the following: Relevant Experience: 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 (the relevant experience submitted shall include traffic engineering and transportation planning design including as many of the following as possible: transportation planning studies and analysis; traffic engineering studies, analysis, and reviews; access control point/entry control facility assessments, planning and design; roadway and intersection design; bridge/structural design; intelligent transportation systems; disaster response; pavement and asset studies; and traffic data collection.� Please use the attached Project Information Form for each project submitted demonstrating the requisite experience. � Workload and Availability: The Government will also assess the ability of potential offerors to manage their firm�s present workload and availability of their project teams (including consultants) for the specified contract performance period.� Potential offerors are requested to describe the workload/availability of their key personnel during the anticipated contract performance period and the ability of their firm to provide qualified backup staffing for key personnel to ensure continuity of services.� General statements of availability/capacity may be considered less favorably.� Typical task orders issued under this contract are expected to range between $10,000 to $500,000.� Historically, the yearly projected workload can yield up to 10 task orders.� Project programs typically supporting this contract are Special Projects and Military Construction Programs.� � Limitations on Subcontracting: Additionally, the Government will assess the firm�s ability to be compliant with FAR 52.219-14, Limitations on Subcontracting (March 2020) (Deviation 2020-O0008).� Potential offerors are requested to describe their plan to complete the work anticipated under this contract with qualified personnel and continuity of service that satisfies the requirements of FAR 52.219-14 (e)(1) under which the contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.� The target award for this MAC IDIQ contract is anticipated to be $40,000,000.� All small businesses, woman-owned small businesses, veteran-owned small businesses, service-disabled Veteran-owed 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 September 2021. The appropriate NAICS Code is 541330 � Engineering Services.� The small business size classification for this procurement is $16,500,000.� A company profile shall also be included utilizing the attached Contractor Information Form.� This will include the number of employees, office locations(s), DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON FRIDAY, 11 DECEMBER 2020, by 2:00 PM EASTERN.� LATE RESPONSES WILL NOT BE ACCEPTED.� The package shall be sent by email to the following address: jonathan.durham1@navy.mil. Questions or comments regarding this notice may be addressed by email to Jonathan Durham at jonathan.durham1@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4123e1e1b6514416a2d5db7934a5315c/view)
- Record
- SN05862869-F 20201202/201130230148 (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 |