Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2019 FBO #6368
SOURCES SOUGHT

C -- A/E for Mechanical/Electrical/Commissioning Contract

Notice Date
4/29/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
1101 Tautog Circle Silverdale WA 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N44255-19-R-6105
 
Response Due
5/17/2019
 
Point of Contact
Kimberly A. Gillette, Contract Specialist, Phone 3603960263
 
E-Mail Address
kimberly.gillette@navy.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR ARCHITECTURAL-ENGINEERING SERVICES FOR MECHANICAL/ELECTRICAL/COMMISSIONING CONTRACT WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) NORTHWEST AREA OF RESPONSIBILITY The Naval Facilities Engineering Command Northwest (NAVFAC NW) is seeking certified Small Businesses (SB), certified Historically Underutilized Business Zone (HUBZone) firms, certified 8(a) firms, and certified Service Disabled Veteran Owned Business (SDVOB) firms 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 mechanical/electrical/commissioning projects at various facilities within the NAVFAC Northwest Area of Responsibility (AOR). The work will occur in the NAVFAC NW Area of Responsibility (AOR) which includes Alaska, Idaho, Iowa, Minnesota, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, and Wyoming. It is anticipated that the majority of the work will occur in the state of Washington. However, work could take place anywhere in the United States, or worldwide. The potential contract term includes a base year for a period of 12 months with options to extend the term of the contract for up to four (4) additional 12 month periods. NAVFAC NW intends to award one Indefinite Delivery Indefinite Quantity A/E Contract. The maximum potential contract value is anticipated Not-To-Exceed (NTE) $100 million for the life cycle of the contract. Task orders under the IDIQ contract will range from $1,000 to $5,000,000. Required A/E services are primarily for: Mechanical/Electrical Engineering Services and Commissioning Services for various projects. Projects may include new installation or repair of building level and campus level plumbing, boiler plants and steam distribution; lighting and electrical power distribution and transformation; HVAC and control systems; energy monitoring controls for various systems; communication, security, cable and closed circuit TV, fire protection and alarm systems; water treatment and hazardous containment facilities, fuel storage and distribution, airfield lighting and control; storage tanks; waterfront utilities; design using DoD Navy Anti-Terrorism Force Protection (ATFP) criteria; and industrial ventilation and exhaust systems. Major importance will be attached to integrating new designs with existing facilities and systems. Projects for Commissioning services may be categorized as repair, replacement, upgrade, maintenance, energy savings and sustainability projects for a wide range of new and existing facilities, systems and infrastructure. A-E services may include the preparation of Design-Build (DB) Request for Proposals (RFP), Design-Bid-Build (DBB) construction contract packages (i.e., drawings, specifications, basis of design, design analysis, engineering calculations, cost estimate, etc.), reports/studies for renovation or construction of new facilities, and abbreviated descriptions of performance requirements and development of budget estimates for construction to be performed by JOC or MACC contractors. For Commissioning services may include energy studies and audits, as well as Commissioning, Re-Commissioning, and Retro-Commissioning. The North American Industry Classification System (NAICS) Code is 541330 - Engineering Services - with a Small Business Size Standard of $15 million. All certified HUBZone firms, certified 8(a) firms, and certified SDVOB firms are encouraged to respond. Firms that are currently certified as large business but are eligible to be certified HUBZone firms, certified 8(a) firms, and certified SDVOB firms under the current size standard are also 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. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 8 pages in length, single-spaced, 10-point font minimum) demonstrating ability to perform the requested services identified in this survey. This documentation shall address the following: (1) Company Information: On a maximum of one page, provide the company profile to include number of employees, primary point of contact, DUNS number, CAGE Code, and statement regarding small business designation and status. (2) Resumes: On a maximum of three pages, provide 3 resumes for key personnel that would be responsible for completing the required services. These key personnel must be registered mechanical and/or electrical engineers. Please include license numbers and state identification on resume. (3) Relevant Experience: On a maximum of two pages, list no more than ten specific, completed, recent (within past three 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. (4) Additional Information: On a maximum of two pages, provide the following information addressing "Location" and "Capacity". Entitle the first section "Location" and indicate the location of the firm's main office and branch offices, and describe the team's knowledge and availability to work in the proposed geographical area. Entitle the second section "Capacity" and indicate the number of employees within the firm responsible for providing mechanical and electrical engineering services as well as commissioning services. The Offeror/Contractor must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219-14 (b)(1) Limitation on Subcontracting. This package shall be sent by e-mail to the following address: kimberly.gillette@navy.mil and clearly labeled with the firm name and sources sought title: N44255-19-R-6105, MECHANICAL/ELECTRICAL/COMMISSIONING A/E - NAVFAC NW Submissions must be received at the office cited no later than 2:00 PM Pacific Standard Time on Friday, May 17, 2019. Questions or comments regarding this notice may be addressed to Kimberly Gillette at the email address mentioned above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N44255/N44255-19-R-6105/listing.html)
 
Place of Performance
Address: , WA
Zip Code: 98315
Country: US
 
Record
SN05295440-F 20190501/190429230015 (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.