SOURCES SOUGHT
C -- Follow-On Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Contract (MAC) for Petroleum, Oil, and Lubricants (POL) Architect-Engineer (A-E) Services
- Notice Date
- 12/3/2024 3:09:21 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
- ZIP Code
- 93043-4301
- Solicitation Number
- ACQR5976130
- Response Due
- 12/13/2024 12:00:00 PM
- Archive Date
- 12/28/2024
- Point of Contact
- Analaura Montalvo, Phone: 8059825605, Crystal Brooks, Phone: 8059823993
- E-Mail Address
-
analaura.montalvo.civ@us.navy.mil, crystal.s.brooks2.civ@us.navy.mil
(analaura.montalvo.civ@us.navy.mil, crystal.s.brooks2.civ@us.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 and Expeditionary Warfare Center (NAVFAC EXWC) is conducting market research and seeking sources for an Indefinite Delivery Indefinite Quantity (IDIQ), Firm Fixed Price (FFP) Multiple Award Contract (MAC); for ARCHITECTURAL-ENGINEER (A/E) services to be conducted world-wide. The North American Industry Classification System (NAICS) code for this procurement is 541330, and the annual size standard is $25,500,000.00 with a PSC code of C1NA � Architect And Engineering- Construction: Fuel Supply Facilities. This is a Sources Sought and market survey announcement to obtain 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 the agency. The purpose of this announcement is to identify capable and qualified Large and Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified Hubzone Businesses (HUBZONE), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), and/or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). This Sources Sought Synopsis is one facet in the Government�s overall market research. 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. The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), is seeking qualified Large and Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified Hubzone Businesses(HUBZONE), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), and/or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) sources with current, relevant qualifications, experience, bonding capacity and the personnel capability to self-perform multiple award of Petroleum, Oil and Lubricant (POL) fuel systems. The term �self perform� refers to performing relevant major trade work in-house in accordance with the provisions of FAR 52.219-14(e)(1). This does not include administrative or management functions. Relevant major trade work is that which is the same or similar to work that may be ordered under the proposed contract. The North American Industry Classification System (NAICS) is 541330 (Engineering Services), with a Small Business Size Standard of $25.5 million. Specialty trade contractors are included in this group if they are engaged in activities primarily related to architectural, mechanical, electrical, civil and structural, fire protection and environmental disciplines. Task Orders issued under the proposed multiple award contract(s) will be performed at various federal sites worldwide, including but not limited to the Continental United States (CONUS) and Outside the Continental United States (OCONUS), such as Diego Garcia, Guam, Japan, and Kwajalein. Task Orders in foreign countries will be subject to the provisions of the applicable Status of Forces Agreement (SOFA). For Task Order issued in Japan, Contractors shall comply with Japan�s laws of doing business. This is a follow-on requirement for NAVFAC EXWC. The predecessor Indefinite-Delivery/Indefinite-Quantity Multiple Award Contract (IDIQ MAC) includes the following contracts: Contract N39430-20-D-2241 Contract N39430-20-D-2242 Contract N39430-20-D-2243 Contract N39430-20-D-2244 Contract N39430-20-D-2245 Contract N39430-20-D-2246 Contract N39430-20-D-2247 Contract N39430-20-D-2248 Contract N39430-20-D-2249 An IDIQ MAC type contract is anticipated, with task orders awarded using Firm Fixed Price (FFP) pricing schemes and competed among the contract holders. The length of this contract will be a total of 60 months with an estimated value of $146,000,000. Relevant projects may include, but are not limited to, Inspection and/or Studies of Fuel System Facilities, Integrity Assessments, Fuel System Support Facilities and Cathodic Protection Systems. The majority of this work is required to be in accordance with multiple American Petroleum Institute (API) standards and practices in addition to relevant criteria published by multiple Professional Institutions and Societies such as: the National Association of Corrosion Engineers (NACE) and the American Society of Mechanical Engineers (ASME). Certifications and licenses in key areas are required to perform this work. The estimated cost range of individual task orders is $500,000 to $25,000,000. Interested sources are invited to respond to this sources sought announcement by submitting a document that addresses the required information below. The following information shall be provided: Contractor Information: Provide your firm�s contact information. Type of Business: Identify whether your firm is a Large or Small Business, SBA certified 8(a), SBA certified HUBZone, SDVOSB, WOSB, VOSB, and/or EDWOSB concern. For more information on the definitions or requirements for these small business programs, refer to www.sba.gov/. Locations: Large or Small Businesses need to identify the locations in which you are willing and capable to work, both CONUS and OCONUS. Experience: Submit a maximum of five (5) government projects in the last 5 years, demonstrating your experience in performing efforts of similar scope and complexity of fuel systems support facilities as indicated in this announcement, within the cost range of $500,000 to $25,000,000. Projects submitted shall demonstrate self-performed experience in accordance with the provisions of FAR 52.219-14(e)(1) in two (2) or more of the following types of work: Inspection and/or Studies of Fuel System Facilities, Integrity Assessments, Fuel System Support Facilities and Cathodic Protection Systems. Demonstrate the ability to perform and/or manage multiple projects concurrently worldwide. For each of the projects submitted for experience evaluation, provide the following: title and location award and completion dates contract or subcontract value type of work customer information including point of contact, (phone number, and email address) whether the work was performed as a prime or subcontractor type of contract narrative project description description of the work that was self-performed by your firm, including the percentage self-performed for design-build projects, identify the name and address of the A/E firm used to provide design of specify if the design was performed in-house Notifications of interest must be submitted in writing via email; phone calls will not be accepted. Notifications that do not address all the required information will not be considered. Interested parties should respond as soon as possible but no later than 1200 (Noon) Pacific Standard Time on 13 December 2024. Responses to this Sources Sought Notice shall be emailed to the following points of contact: Contracting Officer: Crystal S. Brooks at crystal.s.brooks2.civ@us.navy.mil Contract Specialist: Analaura Montalvo at analaura.montalvo.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/77c340c571c046088951f05d9a711a02/view)
- Record
- SN07280480-F 20241205/241203230217 (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 |