Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2009 FBO #2642
SOURCES SOUGHT

C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS CIVIL/STRUCTURAL DESIGN & ENGINEERING SERVICES WITH ASSOCIATED MULTI-DISCIPLINAL ARCH/ENGR SUPPORT SERVICES, VARIOUS LOCATIONS, NAVFAC WASHINGTON

Notice Date
2/17/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
00000
 
Solicitation Number
N4008009R0303
 
Response Due
3/3/2009
 
Archive Date
3/18/2009
 
Point of Contact
Jonathan Bentsjonathan.bents@navy.mil202-685-8281
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis. The intent of this synopsis is to identify potential qualified small businesses, 8(a) businesses, Historically Underutilized Business Zone (HUBZONE) companies who can perform the Architect/Engineering service described herein. NAVFAC Washington will use the responses to this Sources Sought Synopsis to make the appropriate acquisition decision for the planned procurement. This is not an announcement of availability of a solicitation nor is it a means of generating a plan-holders list. After review of the responses to this synopsis a pre-solicitation announcement will be published on Navy Electronic Commerce Online (NECO) if the Government intends to proceed with the procurement of these services. The general scope is as follows: Work associated with this Indefinite Quantity Contract (IDQ) for Miscellaneous Civil and Structural Design & Engineering Services with associated multi-disciplinal architectural and engineering support services includes various investigations, studies and the preparation of construction documents via the Design-Bid-Build (full plans and specifications) and Design-Build methods ready for bidding at various locations in the Naval Facilities Engineering Command (NAVFAC) Washington region - Washington DC, VA and MD. The type of work will be primarily civil or structural in nature. Work will be associated with repairs, renovations, alterations, new construction of facilities and site improvements. Work may also include, but not be limited to, the following; preparation of studies and technical reports, conducting engineering investigations, project programming, concept studies; Project Cost Engineering (PCE) documentation; preparation of preliminary and final designs; and constru! ction cost estimates. These may be required at any time up to final acceptance of all work associated with each delivery order. Potential civil engineering projects include general paving, roadway and minor airfield projects; security and standard fencing; site utilities; surveying, storage tanks (above ground and underground), building and general site improvements and development, landscaping, storm water management and erosion and sediment control plans/reports; and water and sewage treatment plants (repairs/rehabs/additions). Potential structural engineering projects include facility structures, foundations, bridges, and piers. Other architectural and engineering work may be required to support the civil and structural work. Work may include pest damage analyses. Anti-terrorism/Force Protection AT/FP) considerations are required for all projects- familiarity with UFC-DoD Minimum Antiterrorism Standards for Buildings (most recent version is required). SCIF, IDS and related features may be required-familiarity with Navy/DoD criteria is required. Sustainable Design features are required in design and engineering work in our projects. Experience with USGBC LEED is required. LEED Silver rating is required for Military Construction (MILCON) and other major projects. Experience with facility projects incorporating EPAct-05 requiems is required for all new projects over $750,000. Experience in new non-fossil fuel energy related technologies for facilities, such as wind, and sun, is required. All AE contractor applicants should be currently qualified by the Plan Review Division, Water Management Administration of the Maryland Department of Environment to perform expedited erosion and sediment control and stormwater management plan reviews under the direction of state personnel. If the AE contractor does not currently have personnel who are already credentialed to perform such reviews, the AE contractor shall coordinate with the Plan Review Division, Water Management Administration of the Maryland Department of Environment to obtain the appropriate credentials. These credentials must be attained prior to contract award. Interior design services may be required - familiarity with mandatory sources of procurement; i.e. Federal prison Industries (FPI), GSA schedules, blanket purchase agreement (BPA), etc. is required. Familiarity with the metric system of measurement is required. Coordination with the National Capital Planning Commission, SHPO, the commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission, etc. may be required depending upon the location and type of projects. The possibility of hazardous materials, i.e., asbestos, lead, lead paint, PCB's, petroleum containing soil, etc. may exist at various project sites. If hazardous materials are suspected or encountered, the A-E Contractor may be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction documents in accordance with applicable rules and regulations pertaining to such materials. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A-E firm or their subcontractor(s). The general intention is to provide for such design and engineering services as necessary to support the procurement of these contracts. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, programming of client requirements, surveys, assistance in source selection technical panel reviews (Design Evaluations Teams), construction consultation and inspection, Title II, preparation of construction record drawings, and O&M/OMSI manuals and similar types of work, may be required at any time up to final acceptance of all work. The Government will and A-E shall utilize NAVFAC's design and construction electronic management system(s) for all data and documents throughout the life of the design and construction contract. When required by the Contracting Officer, paper contract documents will be provided (e.g., for signatures of contacts, contract modifications and submission of contract claims). In the event of discrepancy between the electronic version and paper documents, the paper document will govern. The selected A/E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 10 days after receiving notification. The selected A/E contractor will be required to participate in an orientation and site visit meeting (when requested) within seven days of notification for each project and provide each fee proposal within ten days after receiving the Scope of Work and Request for Proposal. Service will be a firm fixed price A/E contract. Engineering and architectural services for these contracts will be subject to the availability of funds. The total contract amount for the contract will not exceed $7.5 million. The duration of the contract will be for the period of 5 years - one base year, with the possibility of four one-year options. The Government will evaluate sources capability based on professional qualifications and experience of key personnel, corporate experience and past performance. Offerors having the capability to perform this work are invited submit a current SF 330 by 2:30 PM on 3 March 2009. Documents shall be submitted to Mr. Jonathan Bents, 1314 Harwood Street SE, Building 212, First Floor Mailroom, Washington Navy Yard, Washington, DC 20374. Complete information must be submitted. The Government will not contact the concern for clarification of information. This market survey is for 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. All information will be held in a confidential manner and will only! be used for the purposes intended. Points of contacts listed may be contacted for purposes of verifying performance. Jonathan BentsContract Specialist202-685-8281Jonathan.bents@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=07914e73e70dc0563af832841a42bdf9&tab=core&_cview=1)
 
Record
SN01751524-W 20090219/090217215804-07914e73e70dc0563af832841a42bdf9 (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.