Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
SOURCES SOUGHT

C -- Facility Planning Services, NAVFAC SW, San Diego CA

Notice Date
6/22/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310FACPL
 
Response Due
7/8/2010
 
Archive Date
8/8/2010
 
Point of Contact
Hal Hayes, 619-532-1251, harold.hayes@navy.mil
 
E-Mail Address
harold.hayes@navy.mil
(harold.hayes@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for U.S. Small Business Administration (SBA) certified 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses and/or Small Business, or whether to issue as full and open competition (unrestricted). No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Naval Facilities Engineering Command Southwest is seeking SBA certified 8(a), HUBZone, Service-Disabled Veteran-Owned Small Business and/or Small Business sources with current relevant experience, personnel, and capability to perform the Architect/Engineering (A/E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services located within the NAVFAC Atlantic Area of Responsibility (AOR). The preponderance of the work will be located primarily in Southern California and secondarily in the NAVFAC Southwest (SW) AOR, which includes California, Arizona, Nevada, New Mexico, Colorado and Utah. Projects could also be located anywhere in the Continental United States, including Alaska. Required A-E Services: The A-E should demonstrate specialized experience with regard to local and regional planning for facilities such as government agencies, municipalities, large universities, large multi-use industrial complexes, large ports and/or airfields; and documentation and mapping experience with products such as Master Plans, Recapitalization Plans, and Capital Improvement Plans; base development visioning, scenario and encroachment planning; Enhanced Use Lease (EUL) land use opportunity analysis and real estate market analysis; Business Case Analysis and Economic Analysis; Leadership in Energy and Environmental Design (LEED); sustainable design and sustainable urbanism; preparation of Demolition, Special Projects, and Military Construction (MILCON) cost estimating documents (such as DD Form 1391); site approvals; Asset Evaluations (AE) and Basic Facility Requirements (BFR) documentation; and experience with federal, state and local regulation documentation and! team experience and familiarity with the Department of Defense, Navy and NAVFAC facility planning regulations, criteria and guidance, including but not limited to NAVFAC P-80; Anti-Terrorism/Force Protection (AT/FP), Navy Ashore Vision (NAV2030), National Environmental Policy Act (NEPA), US Fish and Wildlife Service (USFWS), State Historic Preservation Office (SHPO) and other historical, cultural and environmental agencies associated with planning documentation. Incidental services may include renewable energy research and or studies; landscape architecture, anti-terrorism/force protection planning, traffic planning / studies; LEED coordination; real estate market analysis; cost estimating; hazardous materials testing and abatement; workshop facilitation for visioning / scenario / encroachment planning; architecture; interior space management planning / documentation; civil engineering; surveying and topographic mapping; Global Positioning System (GPS) services; and Geographic Information Systems (GIS) mapping and documentation. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $4.5 million. This purpose of this market survey is to determine the likelihood/potential for a multiple award small business (category) set-aside solicitation/procurement or single award small business (category) solicitation/procurement based on qualified responses to this sources sought announcement. The contract capacity is $30,000,000 to be shared by multiple award small businesses. Single award small business (category) solicitations/procurement may be lowered to $15,000,000. The proposed contract(s) will be for one base year with 4 one-year renewable options, resulting in the contract performance period of maximum 5 years. The maximum value of individual task orders would be $1,500,000. The anticipated task order range is $25,000 to $1,500,000. Interested sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 A-E Qualifications in the following manner: Part 1 - Contract Specific Qualifications: Complete Section A - Contract Information. Complete Section B - A-E Point of Contact. In addition to name of firm in Block 5, provide your firm's Dunn and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), Hubzone, SDVOSB, or Small Business. Section E - Resumes: Provide a maximum of 5 resumes for registered key personnel on your team that would be responsible for completing the required services. Resume projects should be specific, completed, recent (within the past 3 years) projects that demonstrate professional qualifications in the required services. Section H - Additional Information: On a maximum of two pages, list a maximum of ten specific, completed, recent (within past 3 years) projects that demonstrate experience in the required services. List each project by a brief paragraph listing the project title, location, cost, completion date and how each project reflects experience in the required services. Again, each project shall be one paragraph in length. Section H - Additional Information: On a maximum of one page, provide a brief paragraph addressing Location; Indicate Firm's location of main offices and branch offices. Describe the team's knowledge and availability to work in the proposed geographical area. Include Section 9 - Authorized Representative, on this page; ensuring the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Responses to this Sources Sought announcement are due no later than 2:00 p.m. (local time) on Thursday, July 8, 2010. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Hal Hayes, Code RAQ20.HH, 1220 Pacific Highway, San Diego, CA 92132-5190. You may also email your response, in a PDF format, to harold.hayes@navy.mil. Facsimile submittals will not be accepted. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with "N62473." Additional Info: https://www.neco.navy.mil Contracting Office Address: N62473 - NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA 92132 Point of Contact(s): Hal Hayes, Contract Specialist, Email: harold.hayes@navy.mil; 619-532-1251
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247310FACPL/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN02184091-W 20100624/100622234912-9f8431772cd9fde513d30dd249fba8c1 (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.