Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOURCES SOUGHT

C -- Indefinite Quantity Architectural Design and Engineering Services (A&E) for Various Projects at PWD Maine (ME, NH, MA, RI, VT, NY).

Notice Date
6/24/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC Portsmouth, N40085 NAVFAC MID-ATLANTIC, ROICC PORTSMOUTH Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N4008508R2536
 
Response Due
7/1/2008
 
Archive Date
9/30/2008
 
Point of Contact
Jackie Johnston, Supervisory Contract Specialist, PWD Maine (207) 438-4602 or email: jackie.l.johnston@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS FROM 8(a), SMALL DISADVANTAGED VETERAN-OWNED SMALL BUSINESSES, HUB ZONE FIRMS AND SMALL BUSINESS FIRMS ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION IS AVAILABLE AT THIS TIME. RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department - Maine is seeking eligible small business firms capable of performing Full In-House Indefinite Quantity Architectural Design & Engineering Services for various projects primarily at Portsmouth Naval Shipyard, Kittery, Maine, and possibly within the Area of Responsibility (AOR) from Limestone, ME to Bronx, NY. Major projects can be categorized as architectural / engineering in nature and shall include work in, but not be limited to: personnel housing facilities; office facilities; training facilities (operational, maintenance and classroom); and industrial maintenance facilities (Waterfront Support Facilities, Public Works Shops, Warehouses, etc.). Work may also include providing contract drawings, technical specifications, design analyses and cost estimating for General building renovation work (i.e. repair / replacement of roofs, windows, doors, ceilings, floors, restrooms, and exterior and interior building finishes), building additions, construction of new facilities, repair or replacement of architectural building elements, building seismic upgrades, force protection upgrades, repair or replacement of mechanical, electrical or fire protection / detection systems; structural redundancy, hardening, strengthening, shielding; asbestos and lead abatement services related to building renovation or demolition, and renovation of historic structures. Life Safety Code Studies, interior space planning/design studies, development of design criteria for design-build contracts, construction phase design services, shop drawing review and consultation during construction, and LEED Green Building Sustainable design, may also be included. Deliverables in AutoCAD format will be required.Projects designed under this contract may require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract. Communication and coordination with USACE, local, state, and federal agencies is required.The target award range for projects under this contract is $100,000 to $1,500,000. 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 September 2008. The appropriate NAICS Codes are 541310 and 541330. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. 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 small businesses submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the requested services with in-house personnel. This documentation shall address, as a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, 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 services described herein; (2) Company Profile to include number of employees, office locations(s) in Maine, New Hampshire or Massachusetts, DUNS number, CAGE Code, and statement regarding small business designation and status. RESPONSES ARE DUE ON TUESDAY 1 JULY 2008, by 2:00 PM. LATE RESPONSES WILL NOT BE ACCEPTED. Facsimile transmissions will not be accepted. The package shall be sent by mail or e-mail to the following address: Portsmouth Naval Shipyard, Public Works Department - Maine (ATTN: Jackie L. Johnston, Bldg. 59); Portsmouth, NH 03804-5000; e-mail jackie.l.johnston@navy.mil. Submissions must be received at the office cited no later than 2:00 PM Eastern Standard Time on 1 July 2008. Questions or comments regarding this notice may be addressed to Jackie Johnston either by email at jackie.l.johnston@navy.mil or by phone (207) 438-4602. Contracting Office Address: N40085 Portsmouth Naval Shipyard, Public Works Department - Maine (ATTN: Jackie L. Johnston, Bldg. 59); Portsmouth, NH 03804-5000
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cf286e89f46e3e2712f839f0c0ee2bbc&tab=core&_cview=1)
 
Record
SN01599438-W 20080626/080624215148-cf286e89f46e3e2712f839f0c0ee2bbc (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.