Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 11, 2023 SAM #7774
SOURCES SOUGHT

99 -- Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Energy Resilience and Conservation Investment Program (ERCIP) projects in the NAVFAC Mid-Atlantic Area of Responsibility (AOR)

Notice Date
3/9/2023 1:29:26 PM
 
Notice Type
Sources Sought
 
NAICS
221118 — Other Electric Power Generation
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N40085-23-R-2658
 
Response Due
3/30/2023 11:00:00 AM
 
Point of Contact
Brittany Cristelli, Phone: 7573411978
 
E-Mail Address
brittany.cristelli@navy.mil
(brittany.cristelli@navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR INVITATION FOR BIDS.� THE NOTICE DOES NOT COMMIT THE GOVERNMENT TO ISSUE ANY TYPE OF SOLICITATION OR AWARD AN ULTIMATE CONTRACT. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� THE NOTICE DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS NOTICE. � The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses capable of performing design and engineering services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ Contract for Energy Resilience and Conservation Investment Program (ERCIP) projects in the NAVFAC Mid-Atlantic Area of Responsibility (AOR). ERCIP projects include energy resilience, energy security and energy conservation projects addressed by 10 U.S.C. � 2914 Military construction projects for energy resilience, energy security, and energy conservation. The projects will include a wide range of services described in Whole Building Design Guide (WBDG) FC 1-300-09N for planning, design and post design or post RFP development.� General description of services follows:� Planning services include development of project programming documentation (DD1391), facility evaluations/site investigations, existing conditions investigation, energy conservation analysis and recommendations, development of alternatives and economic analysis including Life Cycle Cost Analysis (LCCA) and Savings to Investment Ratio (SIR), and cost estimates.� Design services include all supporting activities (site/field investigation, surveys, hazardous materials testing/reports, design charrettes, and cost estimates) for development of design documents for DBB and DB RFP packages.� Construction support services include submittal review, responding to requests for information, field consultation and inspection during construction, Title II services, commissioning services, electronic operations and maintenance support information (eOMSI), record document preparation, etc. The duration of the contract will be for a five (5) year term. The total contract duration shall not exceed 60 months from the date of contract award. The total five-year anticipated contract will not exceed $95,000,000. Most task orders issued for this contract are for military construction projects with construction costs ranging from $10M to $50M; some projects may be larger or smaller than this range. The A-E firms must be capable of managing multiple concurrent task orders (8-12 task orders per year) for comprehensive planning, design, and construction support services of Large Projects.� Types of Projects may include, but are not limited to, Energy Resilience Projects, Water Resilience Projects, Energy Conservation Projects, Water Conservation Projects, Energy Security and Renewable Energy Projects. The multi-discipline key team personnel licensed professionals include architect, landscape architect, interior designer, civil engineer, geotechnical engineer, structural engineer, mechanical engineer, electrical engineer, registered fire protection engineer, cost engineer, and project manager.� Additional support personnel may include environmental engineer, registered telecommunication engineer, ATFP specialist/engineer, cybersecurity professional, and qualified sustainability professionals. Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at the following web address: http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc All Small Businesses, certified 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned 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 by December 2023 The primary North American Industry Classification System (NAICS) Code for this procurement is 221118 � Other Electric Power Generation and the annual size standard in number of employees is 250. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice 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 Sources Sought Notice. 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 including document searchable bookmarks) demonstrating your ability to perform the requested services. Please use the attached Project Information Form for each project submitted demonstrating the requisite experience. The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of three (3) and up to a maximum of (5) relevant design projects completed in the past ten (10) years that best demonstrate experience on projects that are similar in size, scope and complexity to the projects proposed for this IDIQ. This documentation shall address at a minimum, the following: 1. Relevant Experience: Relevant Experience to include design experience in performing efforts of similar size, 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 design projects submitted to demonstrate relevant experience shall include the following attributes: Size: Design of a project with an estimated construction cost of $10,000,000 or greater. �At least one (1) project must have a final construction cost of $30,000,000 or greater. Scope and Complexity: Projects, cumulatively and collectively, shall demonstrate design experience with the following: Building or facility construction that include repairs/replacement or upgrades to existing HVAC, electrical or utility systems or equipment to improve energy consumption, energy resilience or produce renewable energy. Additionally, submitted relevant projects shall demonstrate the following characteristics: 1. Offerors shall have acted as the Design of Record (DOR) on all submitted projects with a full multi-discipline team. 2. Relevant Design Experience with design-build (at least one (1) project) 3. Relevant Design Experience with design-bid-build (at least one (1) project) Neither Offeror�s experience performing as a subcontractor to DOR nor the experience of companies proposed to work as subcontractors on the resulting solicitation/contract will be considered. Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements. 2. Workload and Availability: 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. 3. Limitations on Subcontracting: Additionally, the Government will assess the firm�s ability to be compliant with FAR 52.219-14, Limitations on Subcontracting (October 2022).� Potential offerors are requested to describe their plan to complete the work anticipated under this contract with qualified personnel.� In addition with 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. 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. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement is approved would be required with your proposal, if requested. 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 solicitation for these services, as applicable. �All information submitted will be held in a confidential manner and will only be used for the purpose intended. �Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 30 March 2023 at 2:00 PM (EST). �LATE SUBMISSIONS MAY NOT BE ACCEPTED. The package shall be sent via electronic mail to Brittany Cristelli at brittany.n.cristelli.civ@us.navy.mil with the subject referencing solicitation number N40085-23-R-2658. Attachments are limited to a total of 5MB.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/02f0528008a04e44b767ca59f4b34a86/view)
 
Record
SN06614430-F 20230311/230309230113 (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.