Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2004 FBO #1020
SOURCES SOUGHT

C -- IQ A/E FACILITIES PLANNING AND ENVIRONMENTAL PLANNING SERVICES FOR WESTERN UNITED STATES

Notice Date
2/13/2004
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-D-3004
 
Response Due
3/1/2004
 
Point of Contact
vanessa schutt, contract specialist, Phone 6195323779, Fax 6195324789, - Grely Ponce, Contract Specialist, Phone 619.532.3790, Fax 619.532.4789,
 
E-Mail Address
schuttva@efdsw.navfac.navy.mil, Grely.Ponce@navy.mil
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. Indefinite Quantity Architectural Engineering (A/E) Services for Facilities Planning and Environmental Planning for various projects located within California, Arizona, Nevada, and New Mexico for Naval Facilities Engineering Command, Southwest Division. THIS IS NOT A SOLICITATION ANNOUNCEMENT: THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THE PURPOSE OF THIS SOURCES SOUGHT SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (8(a), HUBZONE, SMALL BUSINESS, WHETHER THE FIRM IS SUBMITTING AS A 8(A) MENTOR PROTÉGÉ JOINT VENTURE, OR ANY OTHER JOINT VENTURE RELATIONSHIP). THE SMALL BUSINESS SIZE STANDARD IS NAICS CLASSIFICATION 541330, ENGINEERING SERVICES, (SIZE STANDARD $4.0 MILLION AVERAGE ANNUAL GROSS RECEIPTS FOR PROCEEDING THREE FISCAL YEARS) THIS SOURCES SOUGHT SYNOPSIS WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. AFTER REVIEW OF THE RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS, AND IF THE GOVERNMENT STILL PLANS TO PROCEED WITH THE ACQUISITION, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN THE FEDERAL BUSINESS OPPORTUNITIES. RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS ARE NOT AN ADEQUATE RESPONSE TO THE SOLICITATION ANNOUNCEMENT. ALL INTERESTED OFFERORS WILL HAVE TO RESPOND TO THE SOLICITATION ANNOUNCEMENT IN ADDITION TO RESPONDING TO THIS SOURCES SOUGHT SYNOPSIS. The general scope of this contract covers architectural and engineering services for the preparation of Navy and Marine Corps Facilities Planning and Environmental Planning Documentation and services including: - Base Development Plans/Master Plans - Regional Planning Studies - Installation Readiness Reporting System (IRRS) - Regional Shore Infrastructure Plans (RSIP) - Military Construction (MILCON) Planning Documentation - Special Projects Planning Documentation - Engineering Procurement Generator (EPG) - Preliminary and Parametric Cost Estimates (PCE) - Economic Analyses (EAs), using latest version of ECONPACK software - Basic Facilities Requirements (BFR) Documentation - Total Facilities Requirements (TFR) Documentation - Base Mater Plans (Marine Corp) - Base Exterior Architecture Plans (BEAP) - National Environmental Policy Act (NEPA) documents, including Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS) - Facilities Planning Documents (FPD) - Facilities Requirements Plans (FRP) - Activity General Information (AGI) Documentation - Engineering Evaluations (EE) - Capital Improvement Plans (CIP) - Concept Studies - Basis of Design Reports (note: see A/E Guide) - Special Planning Studies - Traffic, Parking, and Movement (Pedestrian & Vehicular) Studies - Siting-Land Use Studies/Analyses - Geo-Spatial Data Products and Services (i.e. ArcView and GIS) - Maintenance and Sustainment Plans - Energy Conservation Plans - Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL) - Visioning and Scenario Planning - Activity Planning and Management Models (APMM) - Air Installation Compatible Use Zones (AICUZ) - Range Installation Compatible Use Zones (RAICUZ) - Family Housing and Bachelor Quarters Comprehensive Neighborhood Plans (CNP) - Environmental Baseline Surveys - Environmental planning documentation including, but is not limited to historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. Contract would be for a base year of NTE $2,500,000 with one option of NTE $2,500,000 per year, for a total dollar value of NTE $5,000,000. Individual task orders on the average would range from $1,000,000 to $2,000,000. Any single task order would not exceed $1,000,000. If a small business were to receive an award as prime contractor as a result of a small business set aside solicitation, the small business prime will be required to comply with FAR 52.219-14 which states that “at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern”. The Government is looking for the following information: (1) Professional qualifications and recent specialized experience of the proposed staff and the firm’s consultants to be assigned to this contract in the preparation of Navy and Marine Corps facilities planning and environmental planning documentation including: Base Development Plans/Master Plans; Regional Planning Studies (i.e. RSIP); Military Construction (MILCON) Planning Documentation including input into the web based, Electronic Project Generator (EPG); Special Projects Planning Documentation; Preliminary and Parametric Cost Estimates (PCE); Economic Analyses (EAs), using latest version of ECONPACK software; Basic Facilities Requirements (BFR) and Total Facilities Requirements (TFR) Documentation; Base Exterior Architecture Plans (BEAP); Activity General Information (AGI) Documentation; Installation Readiness Reporting System (IRRS); National Environmental Policy Act (NEPA) documents, including Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS); Environmental Baseline Surveys (EBS); Facilities Planning Documents (FPD); Facilities Requirements Plans (FRP); Engineering Evaluations (EE); Capital Improvement Plans (CIP); Concept Studies; Special Planning Studies; Traffic, Parking, and Movement (Pedestrian & Vehicular) Studies; Siting-Land Use Studies/Analyses; Maintenance and Sustainment Plans; Energy Conservation Plans; Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL); Visioning and Scenario Planning; Activity Planning and Management Models (APMM); Air Installation Compatible Use Zones (AICUZ) ; Range Installation Compatible Use Zones (RAICUZ); Family Housing and Bachelor Quarters Comprehensive Neighborhood Plans (CNP); Environmental planning documentation including, but is not limited to historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. Only the team members who will actually perform major tasks under this project shall be listed. Qualifications should reflect the individual’s potential contributions on this contract. (2) Recent specialized experience of the firm in the preparation of Navy and Marine Corps facilities planning and environmental planning documentation listed in evaluation factor (1). (3) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies). Firms shall show up to 5 recent projects that prove your firm can meet each qualification criteria listed above. Format forms are attached. Provide the firm’s status, size of the business, relative to the NAICS code 541330. If the firm is certified by SBA as 8(a), HUBZONE, ETC., copy of certification must be included. Responses shall not be in excess of ten (10) pages. Two sided pages counts as two sheets. One (1) page should be the cover sheet which includes name of company, address, telephone number, fax number, at least two contacts, e’mail address, business size, and a short description of the firm’s history including years in business, number of employees, and main disciplines of the firm. Copies of SBA Certifications are not included in the ten (10) page count. Packages, ORIGINAL AND FOUR COPIES, have to be received by 2:00 pm Pacific Standard Time at Naval Facilities Engineering Command, Southwest Division, Code 02C.VS, Attn: Vanessa Schutt, 1220 Pacific Highway, San Diego CA 92132. SOURCES SOUGHT INFORMATIONFACILITIES PLANNING, ENVIRONMENTAL PLANNINGN68711-04-D-3004 Firm Name: _________________________________________________________________________Address: ________________________________________________________________________________________________________________________________________________________________Name of POC for firm: ________________________________________________________________Phone Number of POC: ________________________________________________________________E-mail address of POC: ________________________________________________________________ Type of business:0 SBA certified 8(a) firm 0 SBA certified HUBZone Sub Contractors: Address Quality Control and Past Performance EXPERIENCE: Provide supporting project information for experience in facilities planning and environmental planning. Project No. (check one): 0 1 0 2 0 3 0 4 0 5 Contract Number, Delivery/Task Order Number, Award Date, Title, and Location: Prime: Contract Price :$ Provide brief description or scope of work for this project. Customer/Owner Information:Customer Name: ______________________________________________________________________Point of Contact: ______________________________________________________________________Phone Number: _______________________________________________________________________E-mail address: _______________________________________________________________________ NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-FEB-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 09-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711AC/N68711-04-D-3004/listing.html)
 
Place of Performance
Address: WESTERN UNITED STATES
 
Record
SN00669483-F 20040911/040909213809 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.