Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2007 FBO #1929
SOURCES SOUGHT

C -- IDQ FOR FACILITY PLANNING AND LANSCAPE ARCHITECTURAL SERVICES AT VARIOUS LOCATIONS NAVFAC WASHINGTON

Notice Date
3/7/2007
 
Notice Type
Sources Sought
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-0494
 
Response Due
3/15/2007
 
Archive Date
3/30/2007
 
Description
The Naval Facilities Engineering Command, Washington, DC is seeking eligible 8(a), Hubzone, service-disabled veteran-owned small businesses and small business firms capable of performing the following: a. Past experience with regard to planning, landscape architecture and facility site maintenance and management for municipalities, large universities, large multi-use industrial complexes, governmental agencies, large ports, airfields, recreational areas and parks, golf courses, and site revegetation and or stabilization areas; b. Current knowledge of Department of Defense (DoD), and Navy and planning criteria, regulations, and guidance. c. Planning and landscape architectural services ranging from very small site assessments and designs to large multi-complex masterplanning, site and visual analysis, process-oriented design, and construction documentation, including as-built drawing preparation; d. Project documentation in a Design-Build Request for Proposal (RFP) format or a fully designed Design-Bid-Build format; e. Development and update of Navy facility planning documents, including Basic Facility Requirements (BFRs), Engineering Evaluations (EEs), Property Record Cards, and Facility Planning Documents. f. Project Documentation (1391s) for activity and region Military Construction and Special Projects; g. Regional Planning Products, Master Plans, Recapitalization Plans, and Capital Improvement Plans; h. Special Planning Studies, to include Scoping Studies; i. Base Development Visioning and Scenario Planning; j. Business Case Analyses and Economic Analysis; k. Integrated Logistics Systems (ILS) studies, to include surveys, facility management plans, requirements and criteria generation and logistics element manager support; l. Base Exterior Architecture Plans (BEAPs) and Installation Appearance Plans (IAPs); m. Experience with moderating design and planning charettes and designation of who the firm would designate to perform the duty on this contract; n. Knowledge and experience with regionally native plants for the areas served within this contract; o. Anti-Terrorism/Force Protection Plans: Indicate familiarity with anti-terrorism/force protection criteria for the safety of personnel in military facilities and associated mitigation measures in planning, design and construction, including but not limited to stand-off distances, blast resistant design and prevention of progressive collapse, particularly related to site design for physical security, such as gates, various barrier methods, and the effective use of anti-terrorism space around buildings. p. Traffic Studies and Parking Studies; q. Encroachment Plans; r. Documentation related to the above planning, including updating existing condition maps and engineering feasibility studies; s. Experience with preparing engineering cost estimates using historical data, SUCCESS/PACES, RS Means, and the Tri-Services Unit Price Book; t. Experience with federal, state, and local regulation documentation, primarily within the jurisdictions of Washington, DC, Virginia, and Maryland. Also provide team experience and familiarity with the National Environmental Policy Act (NEPA), U.S. Fish and Wildlife Service (USFWS), State Historic Preservation Office (SHPO), and other historical, cultural and environmental agencies associated with planning documentation; u. Experience and required licenses and or accreditations in hazardous material (i.e. asbestos, lead, lead paint) testing and abatement planning. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government?s best interest. This office anticipates award of a contract for these services no later than December 2007/ January 2008. The appropriate NAICS Code is 541320, size standard $4.5M. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential 8(a), Hubzone, service-disabled veteran-owned small business and small business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, singled-spaced, 12 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar size and scope within the last five years, including contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical serviced described herein. (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. The package shall be sent by mail to the following address: Naval Facilities Engineering Command, Washington, 1314 Harwood Street, SE, Building 212, Washington Navy Yard, Washington, DC 20374-5018 (Attn: Tammey L. Crouse). Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 15 March 2007. You may e-you?re your submission to tammey.crouse@navy.mil. Questions or comments regarding this notice may be addressed to Tammey L. Crouse either by e-mail at tammey.crouse@navy.mil or by phone (202) 658-3162.
 
Place of Performance
Address: Washington, DC
Zip Code: 20374-5018
Country: UNITED STATES
 
Record
SN01245971-W 20070309/070307221609 (fbodaily.com)
 
Source
FedBizOpps 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.