SOLICITATION NOTICE
C -- A-E IDIQ Civil Engineering Services
- Notice Date
- 8/9/2023 12:20:08 PM
- Notice Type
- Solicitation
- Contracting Office
- NAVFAC SOUTHWEST SAN DIEGO CA 92132-0001 USA
- ZIP Code
- 92132-0001
- Solicitation Number
- N6247323R1002
- Response Due
- 9/12/2023 2:00:00 PM
- Archive Date
- 12/09/2023
- Point of Contact
- Harold Hayes, Phone: 619-705-4646, Jonathan Eckel, Phone: 619-705-4642
- E-Mail Address
-
harold.w.hayes10.civ@us.navy.mil, jonathan.f.eckel.civ@us.navy.mil
(harold.w.hayes10.civ@us.navy.mil, jonathan.f.eckel.civ@us.navy.mil)
- Awardee
- null
- Description
- THIS IS AN UNRESTRICTED PROCUREMENT. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services for Civil Engineering at various military facilities and installations located in the NAVFAC SW Area of Responsibility (AOR), including California, Arizona, Nevada, Colorado, New Mexico, Utah, but may also include work worldwide. The preponderance of work will be in Southern and Central California.These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of two-years and one (1) three-year option period. The total fee for the contract term shall not exceed $99,000,000. The guaranteed minimum for the contract term (including option period) is $5,000. Firm-fixed price task orders will be negotiated for this contract. The minimum value of individual task orders executed under this contract is $750,000. The maximum value of individual task orders executed under this contract is $10,000,000. There will be no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is May 2024.Primary A-E Services expected to be performed under this contract are: preparation of Requests for Proposals (RFP) for Design Build (DB) projects; Design-Bid-Build (DBB) construction contract packages (i.e., full plans and specifications); site surveys and investigations; and studies/surveys/reports (e.g. topographic, airfield paving, geotechnical). Secondary A-E Services expected to be performed under this contract are: construction contract support services (CCSS) or post construction award services (PCAS); technical review of government-prepared RFPs for DB projects and/or full plans and specifications for DBB projects; preparation of planning and programming support documents (DD1391 documents); incidental architectural, structural, geotechnical, mechanical, electrical, and environmental work; identification and abatement methods for existing asbestos-containing materials, lead-based paint, and other hazardous materials. Please see attached synopsis for full synopsis description/instructions.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/31d1b3e85b3541c8abcbd96d7ed11758/view)
- Record
- SN06782743-F 20230811/230809230047 (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 |