SPECIAL NOTICE
C -- SINGLE-AWARD INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI? DISCIPLINE ARCHITECT?ENGINEER (A?E) SERVICES IN SUPPORT OF NAVAL SURFACE WARFARE CENTER CRANE DIVISION (NSWC CRANE) FACILITIES PROJECTS AT NAVAL SUPPORT ACTIVITY CRANE (NSA CRA
- Notice Date
- 11/14/2024 9:39:39 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425SNB08
- Response Due
- 11/29/2024 11:00:00 AM
- Archive Date
- 12/14/2024
- Point of Contact
- Aaron Hohl, Jared Myers
- E-Mail Address
-
aaron.m.hohl.civ@us.navy.mil, jared.s.myers3.civ@us.navy.mil
(aaron.m.hohl.civ@us.navy.mil, jared.s.myers3.civ@us.navy.mil)
- Description
- Special Notice - N0016425SNB08 Related Notices - N0016424SNC12, N0016422SNB83, N0016424SNB55, N0016424R1025 N0016425R1025 SINGLE-AWARD INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI? DISCIPLINE ARCHITECT?ENGINEER (A?E) SERVICES IN SUPPORT OF NAVAL SURFACE WARFARE CENTER CRANE DIVISION (NSWC CRANE) FACILITIES PROJECTS AT NAVAL SUPPORT ACTIVITY CRANE (NSA CRANE), CRANE, INDIANA AND LAKE GLENDORA TEST FACILITY (LGTF), SULLIVAN IN. � NAICS 541330 � FSC/PSC C219 Issue Date: 14 November 2024 � Closing Date: 29 November 2024 � 14:00 Eastern Time ITEM DESCRIPTION- The Naval Surface Warfare Center Crane Division (NSWC CRANE) requires A-E services in support of various projects at NSA CRANE and LGTF. This procurement will result in one Single-Award IDIQ contract for multi?discipline A?E services for planning, design, construction, evaluation of new construction, and renovation projects. These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. The IDIQ contract will be for a five-year ordering period. The maximum value for the contract term, including all awards, shall not exceed $12,000,000. The guaranteed minimum for the contract ordering period is $5,000 and will be satisfied by simultaneous award of the initial task order with the basic contract. Firm?Fixed Price Task Orders will be negotiated at the Task Order level. In accordance with FAR 15.404-4(c)(4)(i)(B), the contract price or the estimated cost and fee for production and delivery of designs, plans, drawings, and specifications shall not exceed ten (10) percent of the estimated construction cost of the public work or construction, excluding fees. There will be no minimum dollar limits per task order. The estimated award date is October 2025. This proposed contract is anticipated to be a Full and Open procurement. The North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $25,500,000. The Product and Services Code (PSC) is C219 Architect and Engineering- General: Structural Engineering. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria included within the forthcoming synopsis announcement. Comprehensive A?E services are required for the new construction, repair, replacement, demolition, alteration, and/or improvement of facility projects. Projects may include A-E services for single or multiple disciplines, such as: structural, civil, mechanical, electrical, architectural, planning, environmental, fire protection, cost estimating, and/or geotechnical. The types of projects requiring A-E services may include: building renovations; building additions; site work required to support new work; new construction; parking areas; foundations; retaining walls; failure investigation including destructive and non?destructive testing; seismic evaluation and design; progressive collapse analysis; blast resistant design; structural engineering investigations; utility systems including sanitary and storm; water systems; electrical power systems, storm water management; surveying; pavement design; and civil engineering studies. This notice of intent to contract for A-E services is not a request for proposals, nor is it the official synopsis. No contractor response to this notice is required. This notice of intent to contract for A-E services is published in accordance with FAR 5.205(d) and indicates the Government�s intention to issue the official synopsis in the coming weeks. This effort will be procured by NSWC Crane Contracting Department, 300 Highway 361, Crane, IN 47522. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. Contract Opportunities on www.sam.gov has officially replaced FBO.gov All businesses intending to conduct business in Indiana, except Sole Proprietors and General Partnerships, must register with the Indiana Secretary of State. If a business needs to be registered, please do so at www.inbiz.in.gov. ONLY JCP CERTIFIED FIRMS WILL BE ELIGIBLE FOR ANY FUTURE AWARD MADE RELATED TO THIS EFFORT. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export-controlled information. Questions or inquiries should be directed to Aaron Hohl and Jared Myers, Code 0253 via email at aaron.m.hohl.civ@us.navy.mil and jared.s.myers3.civ@us.navy.mil. Please reference the above solicitation number (N0016425R1025) when inquiring about this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b62daa533bcc4a6b96f1e43555cbff81/view)
- Record
- SN07264586-F 20241116/241114230105 (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 |