Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOURCES SOUGHT

C -- Pavements/Utility/Civil Design and GeoTechnical Engineering Services

Notice Date
12/23/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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-9014
 
Archive Date
1/29/2009
 
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 design of Pavement, Utility, and Civil Design, and GeoTechnical Engineering Services. The NAICS code for this proposed procurement is 541330 (size standard is $4,500,000). If the solicitation is issued, the solicitation will consist of a base period and options totaling 5 years of performance. Type of contract: Firm Fixed Price Indefinite Quantity Contract. 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 $15 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. The preponderance of the work on this contract is anticipated to be located within or near the Atlantic and Gulf Coast States, with a significant portion in the states of Virginia, North Carolina, Maryland, and Florida. However, an order could be issued for projects located in other CONUS (continental United States) and OCONUS (outside the continental United States) locations. Specific services to be provided include, but are not limited to, design of pavements (predominantly at airports) for repair and replacement; various types of site development and utility services; and civil design and engineering projects with emphasis on the following work: Preparation of DD Form 1391 Plus and Parametric Cost Estimate (PCE) documentation (a DD Form 1391 Plus is preparation of basic project documentation including the DD Form 1391; a PCE is enhancement of basic documentation, and includes economic analyses of alternatives and estimated utilities impacts); Design-Build Requests For Proposal packages (DB RFP packages); plans; specifications; cost estimates; providing related studies; all associated engineering services; shop drawing review; as-built drawing preparation; Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements) and Operation and Maintenance Support Information (OMSI) for several civil design and engineering projects. On occasion, engineering services involving investigations, studies (and technical report preparation), consultation on, or the inspection and evaluation of materials or site conditions during the design, the construction, or after construction will be required. The general intention is to provide for such engineering services as necessary to support the construction and maintenance of facilities. The Government will reserve an option to negotiate DB RFPs, final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects. There is likely to be a variety of civil design projects added to this contract. The contractor must be able to demonstrate qualifications to perform civil design and engineering projects, with emphasis on the following work: A) Design of new and resurfacing of existing airfield pavements, roads, and parking lots; (B) Inspection of airfield (and other) pavements and preparation of Pavement Condition Reports using "Paver 6.0" pavement management software; (C) Design of installation security fencing, lighting and other force protection measures; D) Design of installation and repair of shoreline erosion control measures; E) Design of replacement and upgrade of deteriorated sanitary collection and treatment systems, potable water supply and distribution systems, stormwater drainage systems, airfield lighting, and other infrastructure systems; F) Performance of property and topographic surveys; G) Design of facility site work to include demolition, layout, site preparation utilities and grading and drainage to include erosion control and obtaining stormwater management and erosion control permits; coastline impact and other related permits. Firms are required to prepare cost estimates utilizing the NAVFAC "SUCCESS" system in work breakdown structure (WBS), specifications in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. 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. 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 information on recent past projects that best illustrate your qualifications for this contract. Of specific interest are projects which show: (a) recent experience in preparation of DB RFPs utilizing the NAVFAC Design-Build Master Guide Specifications located at http://www.wbdg.org/ndbm/, (b) design of the above listed work which reflects familiarity with current Department of Defense Unified Facilities Criteria; and (c) knowledge of local codes, laws, permits and construction materials and practices of PRIMARILY the Atlantic and Gulf Coast states and potentially other domestic and overseas locations with experience in preparation of permits in these areas. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing these 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; and i. If award fee or award term incentivized, average performance rating received; (7) 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; (8) provide a written statement as to your ability to perform work within the CONUS, 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 Wednesday, 14 January 2009, by 9:00 A.M. EST. The package shall be sent either by mail to the following address: Commander Naval Facilities Engineering Command, 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 14 January 2009. 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=21c8828363f5ce785de9cfc2e59f98ab&tab=core&_cview=1)
 
Place of Performance
Address: The preponderance of the work on a resultant contract (if any) is anticipated to be located within or near the Atlantic and Gulf Coast States, with a significant portion in the states of Virginia, North Carolina, Maryland, and Florida. However, an order could be issued for projects located in other CONUS and OCONUS locations., United States
 
Record
SN01723819-W 20081225/081223220157-21c8828363f5ce785de9cfc2e59f98ab (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.