Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOURCES SOUGHT

C -- Sources sought for indefinite delivery solicitation for roof moisture surveys, visual inspection and plans and specifications for roofing repairs within the SOUTHDIV AOR

Notice Date
8/5/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0462
 
Response Due
8/19/2002
 
Point of Contact
Eleanor Drake, Contract Specialist, Phone 843-820-5927, Fax 843-818-6888, - Frances Mitchell, Program Management Assistant, Phone 843-820-5749, Fax 843-820-5853,
 
E-Mail Address
drakeej@efdsouth.navfac.navy.mil, mitchellfj@efdsouth.navfac.navy.mil
 
Description
The proposed contract listed herein is being considered for 100% SBA Certified 8(a), SBA Certified HUBZone or Small Business Set-Aside. All interested 8(a), HUBZone or Small Business Set-Aside concerns will submit their statement of qualifications to this office VIA E-MAIL to drakeej@efdsouth.navfac.navy.mil no later than MONDAY, 19 AUGUST 2002. NOTE: 8(a), HUBZone and small business firms: At least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. This notification/submittal in writing must include (1) the name of the firm; (2) evidence of capacity to perform the requirements and capacity of firm to manage several projects at one time; (3) Knowledge of DOD regulations to include recent experience (within the past 5 years) of firm members, individually and collectively, as a total in performing all required roofing analyses and studies (including, but not limited to) basic facilities requirements analyses, functional deficiency, analysis, construction analysis and product deficiency analysis; and (4) general information that demonstrates the capability to perform projects of this complexity and magnitude. If adequate interest is not received from 8(a) concerns, consideration will then be given to setting the requirements aside for HUBZone concerns. If adequate interest is not received from HUBZone concerns, consideration will then be given to setting the requirements aside for Small Business concerns. Also, if adequate interest is received from 8(a) and HUBZone concerns, it is the Contracting Officer?s determination on how this will be set-aside IAW SBA Procedural Notice, Control No.: 8000-553 dated 10-10-2001. If adequate interest is not received from Small Business concerns, then the requirement will be issued unrestricted. Only one firm will be selected for this contract. The contract will be identified as N62467-02-R-0462. The contract shall be for professional services necessary for any specialized roofing and moisture intrusion projects and studies ordered by the Southern Division, Naval Facilities Engineering Command, Charleston, SC, in the following states: NC, SC, GA, FL, AL, MS, LA, TN, AR, TX, OK, KY, IL, MI, KS, CO, WY, NE, SD, ND, IA, MO, WI, IN, OH, MN, as well as the Bahamas Islands, Eleuthera Island, and Ascension Island. The firm/team may also, on occasion, be tasked to provide the services described herein at Government activities outside the SOUTHDIV AOR. These actions will be decided on a case-by-case basis as approved by the contracting officer. It is anticipated that most work will be in the Southern Division AOR. Required services include: comprehensive visual roof condition surveys; moisture intrusion investigation of roof and wall systems: roof moisture detection using infrared, nuclear, and capacitance equipment as required; roof defect identification and failure investigations; comprehensive inspections and moisture survey reports and documentation; moisture contour and location maps; roof deficiency maps and drawings; development of roof management plans; preparation of Step II documentation or other documentation required for funding approval; design services for roof repairs/or replacement and associated work. Design services include preparation of drawings, specifications, design calculations and detailed construction cost estimates for roofing construction and repair, and moisture intrusion. Other services include amendments, field inspection of construction, consultation, preparation of as-built drawings, and asbestos material identification and sampling. The A-E may be required to conduct a comprehensive asbestos/lead paint survey and provide a design, which will support the removal and disposal of hazardous materials with applicable laws and regulations. Firms must be able to accept work, which involves asbestos, lead paint and hazardous materials. Firms must be able to mobilize within 48 hrs of notification to sites prior to delivery order award to meet emergency support requirements of SODIV. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. This contract will include an option for four (4) one-year extensions and fee including all options will not exceed $2,500,000. There will be no future synopsis in the event the options included in the contract are exercised. The Government guarantees a minimum amount of $10,000 for the base year paid only once for the life of the contract. The total fee available in any given year will be negotiated at the time of award. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The submittal package must be received VIA E-MAIL not later than 4:00 P.M. EASTERN TIME on MONDAY 19 AUGUST 2002. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF254s already on file will be used. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telefax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4M. THIS IS NOT A REQUEST FOR PROPOSAL. Site visits will not be arranged during advertisement period.
 
Place of Performance
Address: NAVAL FACILITIES ENGINEERING COMMAND, SOUTHERN DIVISION
Country: USA
 
Record
SN00132664-W 20020807/020805213716 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.