Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
SOURCES SOUGHT

R -- Indefinite Delivery Indefinite Quantity Services for Program Management Support Services for Defense Policy Review Initiative (DPRI) Projects & Associated Projects for NAVFAC Pacific

Notice Date
12/6/2007
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition, Construction Contracts Branch (ACQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FY08-0002B
 
Response Due
12/21/2007
 
Point of Contact
Melvin Yoshimura, Contracting Officer, Phone (808) 474-5406, Fax (808) 474-7316, - Donna Matsuura, Contract Specialist, Phone (808) 471-2235, Fax (808) 474-7316
 
E-Mail Address
melvin.yoshimura@navy.mil, donna.matsuura@navy.mil
 
Description
This is a Sources Sought Synopsis. The intent of this synopsis is to identify potential qualified firms capable of providing program management support services described herein. Responses to this Sources Sought Synopsis will assist the Government in making the appropriate acquisition decision for the planned procurement. This is not an announcement of availability of a solicitation. The scope of work entails program management support services for the Guam Military build-up initiative under the cognizance of NAVFAC Pacific. The primary performance locations for the contract services are in Hawaii and Guam, U.S.A. and may include additional work located in the Commonwealth of the Northern Marianas Islands (CNMI). The planned contract type is an Indefinite Delivery-Indefinite Quantity type contract where work will be ordered via task orders on an as-needed basis. The anticipated contract duration will be for a base year and four one-year option years. The estimated contract cost for these services for any year will not be in excess of $50,000,000. Estimated construction cost of each project is between $20,000,000 and $200,000,000 and the total estimated construction cost is $1,500,000,000 per year. Estimated date of contract award is July 2008. The Government anticipates either awarding a single architect-engineer contract for all services or awarding separate contracts for the architect and engineering services and for the construction management services. The Government is also considering multiple award contracts wherein three (3) to five (5) contractors are selected to perform either of the preceding scenarios. If the contract(s) is/are awarded on a multiple-award basis, individual task orders will be competed amongst the multiple-award contractors based on specific project evaluation criteria. The contract will cover a wide range of potential projects, mainly Military Construction projects. Projects are anticipated to involve primarily new construction, and repair and alteration of the following types of structures: single or multi-story buildings, high bay structures, masonry, concrete steel, wood and pre-engineered structures; barracks and dormitory buildings, administrative facilities; educational facilities, libraries, medical facilities, dining facilities; industrial/warehouse facilities; waterfront facilities (piers and wharves); and aircraft facilities (including hangars and aprons), site utilities and infrastructure; ranges and operational/training facilities. Possible Architect-Engineer services may include, but are not limited to: a) Design and Engineering services for preparation of project engineering documentation, DD 1391s, preliminary and final plans and specifications including preparation of Design-Build Request for Proposal contract documents or Design Bid Build contract documents, technical reports including engineering investigations and concept studies, construction cost estimates, operations and maintenance manuals, record drawings, shop drawing reviews, redi-check reviews and construction consultation and geotechnical investigations as required for design, analysis and studies. Incidental work may include interior design services, hazardous materials survey and abatement, and environmental work concerning cultural and historic resources. b) Construction Surveillance and Inspection Services (Title II) including attendance at scheduled meetings, review of submittals, providing an electronic construction management tool to support collaboration and information sharing, monitoring construction work for compliance with contract documents, preparation of cost estimates for modification to construction contracts, providing construction photographic services, providing record drawing services, providing spot checks and constructability reviews, and coordinating work with engineering technicians. The services may also include reviewing and managing the building commissioning process. A separate Construction Management Services contract scope would include: a) Delay impact analysis; change and claim analyses; independent schedule development/analysis; specialized quality assurance testing, specialized technical support, construction contractor schedule review; project consultant/project manager services; office/project engineer services; specialist technician services, quality assurance services; CADD/specialized drafting services, construction integration phase services; services project design management; code compliance reviews; bid-ability and constructability reviews; conducting or participating in Value Engineering workshops; analyzing and estimating the value of engineering proposals; preparing of cost estimates (including independent estimates); cost analysis; site investigations; hazardous material surveys/analysis; scheduling; design problem resolution; review of scope changes, and incidental services. This work does not include any work that is inherently Governmental that will be identified by the Government. b) Construction surveillance and inspection services including attendance at scheduled meetings, review of submittals, providing an electronic construction management tool to support collaboration and information sharing, monitoring construction work for compliance with contract documents, preparation of cost estimates for modification to construction contracts, providing construction photographic services, providing record drawing services, providing spot checks and constructability reviews, and coordinating work with engineering technicians. Scope includes attending and participating at scheduled meetings, reviewing submittals, monitoring construction work for compliance with contract documents, preparing cost estimates for modification to construction contracts, providing construction photographic services, providing record drawing services, providing spot checks and constructability reviews, and coordinating work with engineering technicians. The services may also include reviewing and managing the building commissioning process. The selected firm(s), its subsidiaries or affiliates that design or prepare specifications or perform construction oversight for a construction project cannot provide (or be awarded) the construction contract(s) for the same project. Interested firms are encouraged to respond to the Government's market survey questionnaire by downloading the associated market survey questionnaire form by clicking on the link associated with this Sources Sought Notice. Please limit your market survey response to 10 pages. Response must be submitted via email in Microsoft Word to: GuamPMSS@navy.mil by 2:00 p.m. Hawaii Standard Time on Friday, 21 December 2007. This market survey is for informational and planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey nor will respondents be contacted regarding information gathered. No basis for claim against the Government shall arise as a result of this sources sought notice or Government use of any information provided.
 
Place of Performance
Address: Pearl Harbor, HI
Zip Code: 96860-3134
Country: UNITED STATES
 
Record
SN01465299-W 20071208/071206230500 (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.