Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2008 FBO #2578
SOURCES SOUGHT

C -- Facilities Condition Assessment Program support

Notice Date
12/15/2008
 
Notice Type
Sources Sought
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ, 6506 Hampton Blvd. Bldg A, Norfolk, Virginia, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-09-R-9011
 
Archive Date
1/13/2009
 
Point of Contact
Lee Ann White,, Phone: 7573224509
 
E-Mail Address
leeann.white@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. All small businesses as well as large businesses are encouraged to respond. 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. NAVFAC Atlantic is seeking eligible business firms capable of providing Architect-Engineer or Engineering Services for inspection/assessment of Military and other Federal facilities worldwide. The NAICS code for this proposed procurement is 541350 (size standard is $7,000,000). If the solicitation is issued, the solicitation will consist of a base period and options totaling 5 years of performance. Services/options are anticipated unless precluded by legislative language (Bob Stump National Defense Authorization Act; PL 107-314 Sec 332). The anticipated aggregate total of work to be issued over the life of the contract via task order (base year plus four one-year options) shall not exceed the estimated maximum amount of $50 million. The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed below. Although the program is worldwide, the majority of the work in this contract will be within the Continental United States. Specific services to be provided include, but are not limited to, support of the Navy Infrastructure Condition Assessment Program (ICAP), Building Facility Condition Assessment Program (B-FCAP), and the DoD Sustainment, Restoration, and Modernization (SRM) Program to include: Knowledge-based Engineered Management Systems (EMS) facility assessments & training; Conventional MO-322 deficiency-based facility assessments & training; Life-Cycle assessments; Specialized assessments for site facilities (to include structures and utilities); Engineering studies; Mission Dependency Index (MDI) Surveys; Military Construction (MILCON) & Special Project Planning Documentation (DD Form 1391); Construction cost estimates, Budget & parametric cost estimates; Long Range Maintenance Planning (LRMP); Maintenance Action Plans (MAP); Maintenance Execution Plans (MEP); Business Case and Economic analysis; Return on Investment (ROI) analysis; Continuous Process Improvement; Development and Analysis of Geographic Information Systems (GIS); Space Utilization Surveys. Taskings will include the following: technical inspections/assessments (specific and general) and multi-discipline engineering studies/evaluations/assessments; and preparation of supporting computer databases as necessary. Firms and personnel may be required to work within classified facilities and be exposed to classified information that will require a "Secret" security clearance. The duration of most taskings will be 6 months or less. Document content and deliverables will vary per task order, but in general may include: reports, drawings, maps, computer graphics, computer models and slides for presentations. The document format and submission requirements will be addressed in the individual task orders. Computer generated documents must be compatible with the individual Navy or Marine Corps Installation’s computer system. All drawings, when required, shall be submitted in an AutoCAD compatible format. The computer system used to generate MILCON/Special Project 1391 planning documents must be compatible with the Navy and Marine Corps web-based program for documentation submittal: Electronic Project Procurement Generator (EPPG). Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy’s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm’s capability of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of any certifications (if 8(a) certified, provide the SBA Business Opportunity Specialist name and phone number assigned); HUBZONE certification and SDVOSB status or Small Business status; (5) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; (6) provide proof of any relevant licenses and list your total bonding capacity as well as individual task order bonding capacity; (7) provide information on recent past projects that best illustrate your qualifications for this contract. Of specific interest are projects conducting facility condition inspections/assessments of U.S. Naval facilities and other DoD facilities. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer’s name, current telephone number; d. Contracting Officer’s Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work. i. If award fee or award term incentivized, average performance rating received and (8) subcontract management: - provide information on any proposed teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513)). The Government reserves the right to request additional information as needed, from any and all respondents; (9) provide a written statement as to your ability to perform work within the Continental United States (CONUS), outside the Continental United States (OCONUS) or both CONUS and OCONUS. The SOC must be complete and sufficiently detailed to allow for a determination the firm’s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on Monday, 29 December 2008, by 9:00 A.M. EST. The package shall be sent either by mail to the following address: Commander Naval Facilities, Atlantic, ACQ12 (ATTN: Lee Ann White), 6506 Hampton Blvd, Bldg. A – Room 1105, Norfolk, VA 23508-1278, or electronically to leeann.white@navy.mil. Submissions must be received at the office cited no later than 9:00 A.M. Eastern Standard Time on 29 December 2008. Questions or comments regarding this notice may be addressed to Lee Ann White either by e-mail leeann.white@navy.mil or by telephone (757) 322-4509.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aa9a6efe0c67d53f3a145e17afaa0d91&tab=core&_cview=1)
 
Place of Performance
Address: Military and other Federal facilities worldwide, though the majority of the work in this contract will be within the Continental United States, United States
 
Record
SN01719221-W 20081217/081215215756-aa9a6efe0c67d53f3a145e17afaa0d91 (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.