Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2012 FBO #3982
DOCUMENT

C -- A-E SERVICES: Indefinite Quantity Contract for Waterfront Services in support of projects at military installations throughout the Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC MIDLANT) - Attachment

Notice Date
10/17/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA 23511
 
ZIP Code
23511
 
Solicitation Number
N4008513R7700
 
Response Due
10/31/2012
 
Archive Date
11/15/2012
 
Point of Contact
Vivienne Moore vivienne.moore@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Synopsis: 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 is NOT A REQUEST FOR A 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. Engineering and Design Services are required for an Indefinite Quantity Contract for Waterfront services. Structural Engineering and Civil Engineering discipline specific services may also be performed on this contract. The preponderance of the work under the contracts is anticipated to occur within NAVFAC Mid-Atlantic (NAVFAC MIDLANT) Hampton Roads Integrated Product Team (IPT) and Northeast IPT areas of responsibility (AOR) including the states of Virginia, North Carolina, Delaware, Pennsylvania, New Jersey, New York, Connecticut, Rhode Island, Massachusetts, New Hampshire, and Maine. Work could be added in other areas within the NAVFAC MIDLANT and NAVFAC Atlantic AOR including the continental United States, Caribbean, Central and South America, Europe, Africa, and Southwest Asia. Work will include engineering services for the study and design of new construction, repair, replacement, demolition, alteration and improvement for primarily waterfront projects. Waterfront projects may included piers, wharves, quaywalls, drydocks, bulkheads, crane rail systems, fender systems, berthing and mooring, dredging, coastal and shoreline, condition assessment, underwater inspection, service-life modeling, geotechnical investigations, vessel collision analysis, waterfront related utilities including: steam, low pressure compressed air, fresh water, salt water, sanitary sewer, and oily waste water collection, high voltage to low voltage electrical, fire protection and alarm systems, control systems, lighting, communications (telephone, television, fiber optics, SCADA, and local area network). Waterfront projects may include associated civil, structural, electrical, mechanical, fire protection, architectural, and geotechnical facilities engineering and services. Work may also include engineering services for the study and design of new construction, renovation, repair, replacement, demolition, alteration and improvement for structural projects (buildings, bridges, industrial structures, towers, foundations, retaining walls, failure investigation including destructive and non-destructive testing, seismic evaluation and design, progressive collapse analysis, blast resistant design, and structural engineering investigations). Work may also include engineering services for the study and design of new construction, renovation, repair, replacement, demolition, alteration and improvement for civil projects (airfields, roads, parking areas, railroads, utility systems including sanitary and storm, water systems, storm water management, sediment and erosion control, earthwork, coastal and shoreline, surveying, pavement design, and civil engineering studies). Architect-Engineering (A-E) and Engineering Services that may be required under this contract include facility planning (DD Form 1391 development), design and construction documents, plans, specifications, cost estimates, Design-Build Requests for Proposal (RFP) preparation, related studies, inspections, surveying, utility investigations, geotechnical investigations, soil borings, hazardous materials identification, environmental investigation, energy computation, permitting, project hazard analysis, other associated engineering services, FACD/Design Charrette/other design and construction related workshops and meetings, field consultation and inspection during construction, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), special inspection, Title II services, and incorporation of sustainable engineering design practices. Facility planning and project development includes planning studies, project programming documents (DD Form 1391 development), developing of requirements, preparing engineering evaluations, project scope, unit guidance or parametric cost estimating, cost valuation surveying, development of alternatives and economic analysis, analysis of proposed sites for foundations, utilities, access, constraints, and identification of environmental issues, concept and site sketches, recommendations on potential utilities impacts, sustainable features, and may require enhancement of previously prepared basic documentation. DD Form 1391 documentation will be required to be prepared in the Navy's Electronic Procurement Generator (EPG). A-E firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, Design-Build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2006 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications. 3D and BIM modeling may also be required. Selected firm will be required to provide documents in PDF format. Final documents will require electronic signatures following the NAVFAC signature process and using required software. All projects will require design in the metric system (SI), unless specifically exempt. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant. Asbestos and/or lead-based paint assessments may be required on this contract to determine the presence of hazardous material during removals/demolition or at utility points of connections. Work on and around waterfront structures, including under deck and underwater, and work in confined spaces may be required on this contract. A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials, work on and under waterfront structures, and in confined spaces. All engineering and design services shall comply with the most current edition of UFC 1-300-09N Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org). Selected A-E firm is required to have on-line access to web-based support programs and e-mail via the Internet for routine exchange of correspondence/information. A-E firm is required to submit and maintain an A-E Accident Prevention Plan (APP) in accordance with USACE EM 385-1-1 for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action. Key personnel, including sub-consultants, must be U.S. citizens and able to obtain security clearances as required. A-E firms are advised that the selected firm, its subsidiaries or affiliates, and its sub-consultants which design, prepare, or provide engineering services in support of construction contract documents cannot provide construction services for the same contract. This includes concept design, preparation of project programming documents (DD Form 1391), facility siting studies, environmental assessments, geotechnical services, engineering studies and services, Design-Build RFPs, or other activities that result in identification of project scope and cost. The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $14.0 million. The proposed contracts will each be for one (1) base year with Four (4) one-year options, resulting in the contract performance period of maximum five (5) years. The estimated maximum total contract price is $30,000,000. Interested sources are invited to respond to this sources sought announcement by completing the following sections of the Standard Form (SF) 330 A-E Qualifications in the following manner: Part 1 “ Contract Specific Qualifications: Section A: Contract Information 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 3 (three) resumes for registered key personnel on your team that would be responsible for completing the required services. Section H: Additional Information On a maximum of two pages, list a maximum of five (5) specific, completed, recent (within past 5 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. 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. Section I: Authorized Representative Complete the 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. EST, Wednesday, 31 October 2012. Responses should be sent to the following Mailing Address: Commanding Officer Naval Facilities Engineering Command, Mid-Atlantic Hampton Roads IPT Acquisition Office Attn: Vivienne Moore, Contract Specialist Bldg Z140, Room 219 9742 Maryland Avenue Norfolk, Virginia 23511-3015 Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. NO exceptions at all. Point of Contact(s): Vivienne Moore vivienne.moore@navy.mil 757.341.1653 Lindsay Naill lindsay.naill@navy.mil 757.341.1654
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008513R7700/listing.html)
 
Document(s)
Attachment
 
File Name: N4008513R7700_13-R-7700_SOURCES_SOUGHT.pdf (https://www.neco.navy.mil/synopsis_file/N4008513R7700_13-R-7700_SOURCES_SOUGHT.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008513R7700_13-R-7700_SOURCES_SOUGHT.pdf

 
File Name: N4008513R7700_SF_330[1].pdf (https://www.neco.navy.mil/synopsis_file/N4008513R7700_SF_330[1].pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008513R7700_SF_330[1].pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02915193-W 20121019/121017234238-3fa604686d5b46df0dc7327a379e1db4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.