INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) ARCHITECT AND ENGINEERING (AE) SERVICES CONTRACT FOR MECHANICAL AND ELECTRICAL SERVICES, HAMPTON ROADS, AREA OF R...

expired opportunity(Expired)
From: Federal Government(Federal)
N4008524R0001

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 11 Apr, 2024 (15 days ago)

Due Date

11 Apr, 2024 (15 days ago)
Bid Notification

Type

Bid Notification
N4008524R0001

Identifier

N4008524R0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Economically Disadvantaged Women-Owned Small Businesses/Women-Owned Small Businesses capable to perform a proposed contract. They must be capable of performing services for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Mechanical and Electrical Design and Engineering services required for construction work of Special Projects
and/or Military Construction (MILCON) facilities. Work under the contract is anticipated to occur for support of projects in the Mid-Atlantic Region primarily in the Hampton Roads Area of Responsibility (AOR). Mid-Atlantic Region includes the states of Virginia, North Carolina, South Carolina, Delaware, Pennsylvania, New Jersey, New York, Connecticut, Rhode Island, Massachusetts, New Hampshire, Maine, West Virginia, Michigan, Indiana and Illinois. The Mid-Atlantic Region offices are located in Norfolk, Virginia. However, work can be awarded for any location within the Mid-Atlantic Region. Work may also be ordered throughout the entire Naval Facilities Engineering Systems Command, if deemed necessary and approved by the NAVFAC mid-Atlantic Chief of the Contracting Office. It is anticipated that projects with an Estimated Construction Cost of less than $5,000,000 will be performed under the resultant contract, however, larger projects may be performed at the discretion of the Contracting Officer. Comprehensive A-E services may include full design packages for Design-Bid-Build (DBB) projects as well as preparation of Design-Build (DB) Request for Proposal (RFP) for planning, design, and construction services in support of the new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities for small Mechanical, and Electrical design projects. These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. The IDIQ contract will be for a five-year ordering period. The types of projects may include, but not limited to, administrative, industrial, maintenance, warehouses, communication, personnel support, recreation, lodging, medical, training, and ranges. The Design of connection to utilities may include steam; low pressure compressed air; fresh water; sanitary sewer; oily wastewater collection; high voltage to low voltage electrical; fire protection and alarm systems; control systems; lighting; and communications (telephone, television, fiber optics, cyber security, Supervisory Control and Data Acquisition (SCADA) control system, and Local Area Network (LAN)). Projects may also include fire protection and other disciplines that may be deemed incidental to the work. Additionally, projects may include serving as mechanical and electrical consultants to the in-house engineering design staff within the Hampton Roads, AOR, as well as elements of site / utilities engineering investigation and hazardous materials assessment and abatement. The contract will be for a duration not to exceed five (5) years. The total fee for the contract term shall not exceed $40,000,000 for the life of the contract. All Small Businesses, certified 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses are encouraged to respond. Upon review of industry response to the Sources Sought Notice, 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 around May 2025. The primary North American Industry Classification System (NAICS) Code for this procurement is 541330 - Engineering Services and the annual size standard is $25,500,000. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice is a market research tool 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 Sources Sought Notice. It is requested that interested small businesses submit to the Contracting Office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum including document searchable bookmarks) demonstrating your ability to perform the requested services. Please use the attached Sources Sought Project Information Form for each project submitted demonstrating the requisite experience. The Sources Sought Project Information Form shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant Mechanical and Electrical design projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope and complexity to the projects proposed for this IDIQ. This documentation shall address, at a minimum, the following: 1. Relevant Experience: Relevant Experience to include experience in performing design efforts of similar scope and complexity within the last seven (7) years, including contract number, indication of whether the services were performed as a prime contractor, contract value, customer point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. The projects submitted to demonstrate relevant experience shall include the following attributes: Size: Design and Engineering services for a project with a final construction cost of $500,000, or greater. At least one (1) project must have a final construction cost of $10,000,000 or greater. Scope/Complexity: Projects, cumulatively and collectively, shall demonstrate experience with the following: 1. Specialized experience in Mechanical and Electrical engineering and design. 2. Design services and deliverables, including development of comprehensive contract packages such as Design-Build RFPs and Design-Bid-Build drawings, specifications, and construction cost estimates. 3. Planning, project programming and requirements development. 4. Conceptual pricing development, and development of alternatives including economic analysis. 5. Facility analysis, such as general condition assessment including code compliance, energy utilization studies and facility life safety code analysis. 6. Hazardous material surveys and analysis. 7 Construction services such as contractor submittal reviews, field consultation and special inspections, electronic operation and maintenance support information (eOMSI), obtaining environmental permits and regulatory approvals, and preparation of as-built documents. Characteristics: Additionally, submitted relevant projects shall demonstrate the following: 1. Offerors shall have acted as the Designer or Record (DOR) on submitted projects. 2. Experience with design of both new construction (at least one (1) project) and renovation (at least one (1) project). 3. Experience with the preparation of a solicitation package for Design-Build Request for Proposal (at least one (1) project). 4. Experience with the preparation of a solicitation package for a Design-Bid-Build (full design) project. Note: Projects may involve single or multiple disciplines primarily for mechanical and electrical, but may also include fire protection, hazardous materials abatement, Commissioning and/or other disciplines that may be deemed incidental to the work. Note: Projects may also include serving as mechanical and electrical consultants to the in-house engineering design staff at Public Works Department, Norfolk. Note: The projects may include replacement of existing gas/oil fueled mechanical equipment to electrical equipment. Note: The projects may also include installation of charging stations for electric vehicles. Offeror’s experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract. Ensure that the project description clearly identifies whether the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements and whether the project was completed or not. 2. Workload and Availability: The ability of potential offerors to manage their firm’s present workload and availability of their project teams (including sub-contractors) for the specified contract performance period. Potential offerors are requested to describe the workload/availability of their key personnel during the anticipated contract performance period and the ability of their firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. Typical task orders issued under this contract are expected to range between $50,000 and $1,000,000. Project programs typically supporting this contract are Special Projects and Military Construction Programs. Firms must comply with FAR 52.219-14, Limitations on Subcontracting. A company profile shall also be included utilizing the attached Sources Sought Contractor Information Form. This will include the number of employees, office locations(s), UEI, CAGE Code, and statement regarding small business designation and status. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NLT 11 April 2024 at 2:00 PM (EST). LATE SUBMISSIONS MAY NOT BE ACCEPTED. The package shall be sent via electronic mail to Kristy Gerrek at Kristy.l.gerrek.civ@us.navy.mil with the subject referencing solicitation number N40085-24-R-0001. Attachments are limited to a total of 5MB.

Norfolk, VA, USALocation

Place Of Performance : Norfolk, VA, USA

Country : United StatesState : Virginia

Classification

NAICS CodeCode 541330
Classification CodeCode C219