Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOLICITATION NOTICE

C -- IDIQ A/E Civil Structural NAVFAC Washington - Synopsis

Notice Date
9/17/2019
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street, Building 212, Washington Navy Yard, Washington, District of Columbia, 20374-5018, United States
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-19-R-0022
 
Archive Date
11/1/2019
 
Point of Contact
Sehla Khan, Phone: 2026853070, Lindsay M. Brown, Phone: 2026853192
 
E-Mail Address
sehla.khan@navy.mil, lindsay.naill@navy.mil
(sehla.khan@navy.mil, lindsay.naill@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Synopsis DESCRIPTION: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services for Civil and Structural Services in NAVFAC Washington's AOR including Washington, DC, Maryland and Virginia, but may also be associated with other NAVFAC Atlantic sites. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of one year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $30 million. The guaranteed minimum for the contract term (including option years) is $25,000. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is July 2020. This proposed contract is being solicited as 100% set-aside for small businesses. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330-Engineering Services. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. The type of services expected to be performed under this contract are: •1. Preparing Requests for Proposals (RFP) for Design-Build projects and Design-Bid-Build project design and documentation. •2. Preparation of MILCON 1391 Documentation, preparing construction cost estimates, and cost estimate reviews for projects being prepared for bidding. The successful offeror will be required to prepare cost estimates utilizing the MII (MCACES Second Generation) estimating system in Work Breakdown Structures (WBS). •3. Services, such as technical reports and studies, site investigations, programming, concepts, contract documents - drawings, specifications; Design services may also include, design and engineering concepts, contract documents, construction cost estimates, surveys, shop drawing reviews, construction consultation and inspection, and preparation of construction record drawings. O&M / eOMSI manuals and similar types of work may be required. •4. Projects fund sources will be through a variety of sources, including MILCON, SRM, and O+M fund types. •5. Work may include the following type of structures -- single or multi-story, high bay, masonry, concrete, steel, wood, and pre-engineered facilities. •6. The type of work primarily includes design and engineering services for new construction, major repairs, renovations, and alterations for projects with a construction cost ranging from $150,000 to $15 million, with the potential for larger projects, and may include projects that are large in size and /or technically complex. It is anticipated that work associated with this Contract will include the designs and studies for predominantly facility repair and renovation type projects, however some work may include new facility and addition type projects. •7. Potential civil engineering projects include: general paving, roadway and airfield projects; security and standard fencing; site utilities; surveying, Geographic Information System (GIS) and Mapping, storage tanks (above grade and underground), earth retaining systems, building and general site improvements and development, landscaping, forest delineation and restoration, storm water management and erosion and sediment control plans/reports; drainage and flood plain studies; wetlands delineation, impact assessment and mitigation, water and sewage treatment plants (repairs/rehabs/additions), and potable water and sewer lift Stations. Projects will use LID and BMP techniques in accordance with locate, state, and federal requirements. •8. Potential structural engineering projects include facility structures, foundations, bridges, hangars, and piers. •9. Other architectural and engineering work may be required to support the civil and structural work. Work may include mold and pest damage analyses/mitigation, security, communication, life safety and fire protection, general site improvements, and facility infrastructure support. •10. The contract will require the A-E to utilize NAVFAC's design and construction electronic construction management system(s), entitled eCMS, on projects for all data and documents throughout the life of the design and construction contract. •11. Familiarity with associated DoD Anti-Terrorism/Force Protection (AT/FP) and Cybersecurity requirements are required -- SCIF buildings, renovated buildings that incorporate progressive collapse design, Intrusion Detection Systems (IDS) and related features, in accordance with NAVY/DoD related criteria. •12. Familiarity with sustainable design through an integrated design approach, demonstrated knowledge and experience applying Guiding principles, and third-party certification for sustainability projects is required. •13. Interior design services, including design, specification, procurement and installation management services for both space planning and interior furniture systems may be required, including familiarity with mandatory sources of procurement, i.e., Federal Prison Industries (FPI), GSA schedules, etc. is required. •14. The preparation of comprehensive storm water management and Low Impact Development (LID) plans within the State of Maryland, Commonwealth of Virginia, and the District of Columbia are required. Other localities requiring comprehensive storm water management plans may be included for other NAVFAC Atlantic sites. •15. Coordination with the various regulatory agencies in the Washington metropolitan area will be required, including submittals preparation, presentation and approvals with the National Capital Planning Commission, the corresponding State Historic Preservation Offices (SHPO) in DC, Maryland and Virginia, the U.S. Commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission. These services may be required depending upon the location and type of projects. •16. The possibility of hazardous materials, i.e. asbestos, lead paint, PCB, mercury, etc. may exist at various project sites. If hazardous materials are suspected or encountered, the A-E will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. Possessing all hazardous materials licenses and/or accreditations necessary for the locality of the potential project sites will be a contract requirement. All hazardous materials licenses and/or accreditations necessary for the locality of the project sites are required by the A/E firm or their subcontractors. The general intention is to provide for such design and engineering services as necessary to support the procurement of these contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N40080-19-R-0022/listing.html)
 
Record
SN05447548-W 20190919/190917231008-21e5da1538c0d409b92c52dadc626eb9 (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.