Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

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

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC PORTSMOUTH Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
N4008510R5613
 
Response Due
2/4/2010
 
Archive Date
4/1/2010
 
Point of Contact
Diane E. McKenzie207-438-1053
 
E-Mail Address
diane.e.mckenzie@navy.mil
(diane.e.mckenzie@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid Atlantic, Public Works Department, is seeking eligible, small, HUBZone Certified, Service Disabled Veteran Owned, or Certified 8(a) business firms interested in the following type of work: Architectural, Design and Engineering Services are required for an Indefinite Quantity Contract for Multi-Discipline Projects at the Portsmouth, Naval Shipyard, located in Kittery, Maine area and possibly within the Area of Responsibility, (AOR), from Limestone Maine to Bronx, New York. Major projects can be categorized as architectural/engineering in nature and shall include work in, but not limited to the following: Personal 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 or replacement of roofs, windows, doors, ceilings, floors, restrooms, and exterior and interior building finishes), building additions, construction of new facilities, 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 phase design services, shop drawing review and consultation during construction. The aforementioned engineering services, shall require deliverables that meet or exceed the Leadership, Energy and Environmental Design, (LEED), certification standards, and require the firm to (manage and administer the U.S. Green Building Council, (USGBC), LEED Certification process, from design to occupancy, in accordance with USGBC requirements for LEED Silver Rating). Deliverables in AutoCAD format will also 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. 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, 2010. The appropriate NAICS Codes are 541310 and 541330. This contract will be for a base year and 4 option years with a contract limit of $7,500,000. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This announcement is a market research tool being 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. Interested businesses shall submit to the Contracting Specialist a brief capabilities statement package, (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services. This documentation shall address, at a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar value, include government/agency point of contact, current telephone number, and brief description of how the contract referenced relates to the technical services described herein; (2) Company profile to include number of employees, office location(s), in Maine, New Hampshire, or Massachusetts, DUNS number, CAGE Code, and a statement indicating the small business designation and status. RESPONSES ARE DUE ON Tuesday, February 4, 2010 by 2:00 p.m. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by mail only to the following addresses: Portsmouth Navy Shipyard, Public Works Department - Maine (ATTN: Diane E. McKenzie, Bldg. 59); Portsmouth, NH 03804-5000. Electronic submission of the statement of capabilities packages will not be accepted. Please send questions or comments regarding this notice to Diane E. McKenzie by email only at diane.e.mckenzie@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008510R5613/listing.html)
 
Place of Performance
Address: N40085 NAVFAC MID-ATLANTIC, ROICC PORTSMOUTH Building 59 Code 495 Portsmouth Naval Shipyard,, Portsmouth, NH
Zip Code: 03804
 
Record
SN02046482-W 20100123/100121234929-3e6475dae768bbe1040c099bacba0faf (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.