DB/DBB IDIQ Multi-Discipline Engineering and Design Services, Crane, IN AOR

expired opportunity(Expired)
From: Federal Government(Federal)
N4008521R0257

Basic Details

started - 01 Oct, 2021 (about 2 years ago)

Start Date

01 Oct, 2021 (about 2 years ago)
due - 08 Oct, 2021 (about 2 years ago)

Due Date

08 Oct, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
N4008521R0257

Identifier

N4008521R0257
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705969)DEPT OF THE NAVY (156405)NAVFAC (10878)NAVFAC ATLANTIC CMD (6575)NAVFAC MID-ATLANTIC (3654)NAVAL FAC ENGINEERING CMD MID LANT (3395)

Attachments (2)

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 NOTICE ONLY.  THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR INVITATION FOR BIDS.  THE NOTICE DOES NOT COMMIT THE GOVERNMENT TO ISSUE ANY TYPE OF SOLICITATION OR AWARD AN ULTIMATE CONTRACT.  THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.  THE NOTICES DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH.  AS A RESULT OF THIS NOTICE, THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES.  The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Businesses.  They must be capable of performing design and construction services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple-Discipline Engineering & Design
Services Contract for facilities primarily at Naval Support Activity (NSA) Crane Indiana Area of Responsibility (AOR), including Glendora Test Facility, Sullivan, Indiana.  This contract(s) will require the ability to manage multiple task orders concurrently across the identified AOR.  This IDIQ will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure.  Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc.  General scope includes any project involving primarily electrical or fire alarm work.  This could be either utility/infrastructure type or facility-based electrical systems and/or building-related fire alarm systems. The Multi-Discipline and Engineering Services expected under this contract include, but are not limited to:1. Planning Services, including those associated with the development of project programming document (DD 1391), facility evaluations/site investigations, and cost estimation.1.1 Facility planning services, including:1.1.1 Project programming and scope development1.1.2 Conceptual pricing development1.1.3 Development of Alternatives including Economic Analysis1.2 Interior Space Planning/Design1.3 Collateral Equipment Inventories1.4 Facility analysis, including:1.4.1 General condition assessment including code compliance1.4.2 Energy utilization studies1.4.3 Life safety analysis1.4.4 Exterior and interior hazardous material surveys and analysis1.5 Site investigation services, including:1.5.1 Geotechnical investigation in support of foundation design recommendations1.5.2 Utility location/identification1.5.3 Site access studies1.5.4 Site topographic studies, including flood zones and fetch analysis1.5.5 Environmental soil sampling and analysis1.5.6 Traffic analysis2. Design Services, including development of design-build RFP packages or contract documents for design-bid-build full design for new construction and renovations of facilities, including, but not limited to:2.1 Multi-unit housing facilities2.2 Administrative facilities2.3Training facilities, such as operational, maintenance, or classroom2.4 Industrial facilities, such as maintenance shops, manufacturing, public works shops, or warehouses2.5 Facilities that require phased construction due to operational requirements3. Construction Services, including submittal reviews, field consultation, and Operation and Maintenance Support Information (OMSI).3.1 Contractor submittal reviews3.2 Field consultation and inspections3.3 Obtaining permits and regulatory approvalsLead or asbestos abatement may be required.  Substantial work associated with ordnance production/storage facilities may be required including electrical hazard classifications required to be designed to Naval Sea Systems Command Explosives Safety Management Policy (NAVSEA OP 5) requirements.  The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.The duration of the contract will be for twelve (12) months from the date of contract award with four (4) 12-month option periods. The total five-year (base and four 12-month options). The total five-year (base and four 12-month options) estimated construction cost for all contracts will not exceed $7,500,000 for the life of the contract.Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at the following web address:http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufcAll 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 theSources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieuof full and open competition is in the Government's best interest. This office anticipates awardof a contract for these services by February 2022. The primary North AmericanIndustry Classification System (NAICS) Code for this procurement is 541330 – EngineeringServices and the annual size standard is $16,500,000.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 Project Information Form for each project submitted demonstrating the requisite experience.The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of three (3) and up to a maximum of (5) relevant design projects completed in the past five (5) years that best demonstrate 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 efforts of similar size, scope, complexity and experience within the last five years to the projects proposed for this IDIQ contract.  Include contract number, indication of whether a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein.  The relevant experience submitted shall include:A relevant project is defined as:Size: Design of a construction project with an estimated construction cost of $25,000 or greater.  At least one (1) project must have a final construction cost of $500,000 or greater.Scope and Complexity: Projects, cumulatively and collectively, shall demonstrate design experience with the following:1) New construction of a building(s).2) Interior/exterior alteration or renovation of a building(s) that include repairs tomultiple building systems and infrastructures.Note: Projects submitted that only include utilities and horizontal or civil site work will NOT be considered relevant.Additionally, submitted relevant projects shall demonstrate the following characteristics:1. Offerors shall have acted as the Design of Record (DOR) on all submitted projects.  .2. Offerors shall have performed at least 50 percent of the cost of the contract for designservices and 15 percent of the cost of the contract for construction services on all submittedprojects.3. Design Experience with new construction (at least one (1) project)4. Design Experience with building renovation (at least one (1) project5. Design Experience with design-build (at least one (1) project)Offeror’s experience performing as a subcontractor will not be considered, nor will experience ofcompanies proposed to work as subcontractors on the resulting solicitation/contract.Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements.2. Workload and Availability: The ability of potential offerors to manage their firm’s present workload and availability of their project teams (including consultants) 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 $25,000 and $500,000. Historically, the yearly projected workload can yield up to 10 task orders ranging from, full design effort, planning, and post construction award services.  Project programs typically supporting this contract are Special Projects and Military Construction Programs.3. Limitations on Subcontracting: Additionally, the Government will assess the firm’s ability to be compliant with FAR 52.219-14, Limitations on Subcontracting (March 2020) (Deviation 2020-O0008).  Potential offerors are requested to describe their plan to complete the work anticipated under this contract with qualified personnel.  In addition with continuity of service that satisfies the requirements of FAR 52.219-14 (e)(1) under which the contractor will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.A company profile shall also be included utilizing the attached Contractor Information Form.This will include the number of employees, office locations(s), DUNS number, CAGE Code, andstatement regarding small business designation and status.Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement is approved would be required with your proposal, if requested.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 8 OCTOBER 2021 at 2:00 PM (EST).  LATE SUBMISSIONS MAY NOT BE ACCEPTED. PLEASE DO NOT SUBMIT DUPLICATE RESPONSES.The package shall be sent via electronic mail to Catharine Keeling at Catharine.a.keeling.civ@us.navy.milAttachments are limited to a total of 5MB.

IN   USALocation

Place Of Performance : N/A

Country : United States

You may also like

BUILDING 1308 DESIGN REFRESH

Due: 06 May, 2024 (in 16 days)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Engineering & Design Services for Bus Stop Improvements – Phase II

Due: 23 May, 2024 (in 1 month)Agency: City of Gainesville - Procurement Division

Please Sign In to see more like these.

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

Classification

naicsCode 541330Engineering Services