A/E IDIQ MCAS CHERRY POINT

expired opportunity(Expired)
From: Federal Government(Federal)
N4008522R2592

Basic Details

started - 18 Jan, 2022 (about 2 years ago)

Start Date

18 Jan, 2022 (about 2 years ago)
due - 26 Jan, 2022 (about 2 years ago)

Due Date

26 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
N4008522R2592

Identifier

N4008522R2592
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705562)DEPT OF THE NAVY (156319)NAVFAC (10870)NAVFAC ATLANTIC CMD (6569)NAVFAC MID-ATLANTIC (3652)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 IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.  The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing Indefinite Delivery /Indefinite Quantity (IDIQ), Architect-Engineer (AE) services for facilities within the Eastern North Carolina Area. These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, Federal Acquisition Regulation (FAR) Subpart 36.6.  The work for this contract is anticipated to occur primarily at NAVFAC Mid-Atlantic, Marine Corps Area of Responsibility (AOR) including Marine Corps Air Station Cherry Point. However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion).Most projects will be new, repair, replacement, upgrade, maintenance, energy savings and/or
sustainability projects covering the full range of the field of architecture and engineering for a wide variety of new and existing facilities and/or systems, utilities and infrastructure.The projects will include delivery of both Design-Build and Design-Bid-Build project design as well as AE-specific study/evaluation work.  The Multi-Discipline Architect and Engineering Services expected under this contract include, but are not limited to the following:Planning Services, including those associated with the development of project programming document (DD 1391), facility evaluations/site investigations, and cost estimation.Facility planning services, including:Project programming and scope developmentConceptual pricing developmentDevelopment of Alternatives including Economic AnalysisInterior Space Planning/DesignCollateral Equipment InventoriesFacility analysis, including:General condition assessment including code complianceEnergy utilization studiesLife safety analysisExterior and interior hazardous material surveys and analysisSite investigation services, including:Airfield pavement evaluationsGeotechnical investigation in support of foundation design recommendationsUtility location/identificationSite access studiesSite topographic studies, including flood zones and fetch analysisEnvironmental soil sampling and analysisTraffic analysisDesign Services, including development of either contract documents for Design/Bid/Build (DBB) or Design/Build (DB) Request for Proposal (RFP) packages for new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities for large and small design projects and renovations of facilities, including, but not limited to:Airfield pavementUtility systems, such as potable water treatment and distribution, domestic and industrial wastewater treatment and collection, steam, low pressure compressed air, 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)).Multi-unit housing facilitiesAdministrative facilitiesTraining facilities, such as operational, maintenance, or classroomIndustrial facilities, such as maintenance shops, manufacturing, public works shops, or warehousesFacilities that require phased construction due to operational requirementsConstruction Services, including submittal reviews, field consultation, and Operation and Maintenance Support Information (OMSI).Contractor submittal reviewsField consultation and inspectionsObtaining permits and regulatory approvalsThe duration of the contract(s) will be for a five (5) year ordering period.  The total five year ordering period is will not exceed $30,000,000 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 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 office anticipates award of a contract for these services no later than September 2022.  The primary North American Industry Classification System (NAICS) Code for this procurement is 541330 – Engineering Services 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 shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant design projects completed in the past five (5) 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 efforts of similar scope and complexity within the last five years, including 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 project submitted is defined as and shall include the following attributes:A)  Size:  Design of a construction project with an estimated construction cost of $500,000 or greater. B)  Scope/Complexity:  Projects, cumulatively and collectively, shall demonstrate design experience with the following:(1) Airfield pavement designs and evaluations;(2) Structural designs and evaluations for existing buildings to include office buildings, industrial buildings, warehouses, hangars, theaters, bowling alleys, chapels and single and multifamily houses.  Experience is required in design of masonry, concrete, asphalt, steel, wood, composites and other common structural materials;(3) Structural designs and evaluations for coastal structures; (4) Road pavement and parking lot designs and evaluations, including pavement marking;(5) Water treatment plant and distribution system design, evaluation and related studies;(6) Sanitary and industrial wastewater treatment plant and collection system design, evaluation and related studies;(7) Drainage and runoff designs and evaluation for existing site conditions and new construction;(8) Pollution abatement for lead paint, asbestos, and hazardous materials;(9) Traffic signal design and evaluation;Characteristics:  Additionally, submitted relevant design projects shall demonstrate the following characteristics:Offerors shall have acted as the Designer of Record (DOR) on submitted projects.Experience with design of both new construction (at least one (1) project) and renovation (at least one (1) project)Experience with the preparation of a solicitation package for design-build request for proposal (at least one (1) project).Experience with the preparation of a solicitation package for design-bid-build/full design (at least one (1) project).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 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 $20,000 and $1,000,000.  Historically, the yearly projected workload can yield up to 10 task orders ranging from, full design effort, planning, and post construction award services.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 and 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, 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 ON 26 JANUARY 2022 by 2:00 P.M. EDT.  LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent by email to the following address: laura.e.thomas21.civ@us.navy.mil.  Questions or comments regarding this notice may be addressed by email to Laura Thomas at laura.e.thomas21.civ@us.navy.mil.

Cherry Point ,
 NC  28533  USALocation

Place Of Performance : N/A

Country : United StatesState : North CarolinaCity : Marine Corps Air Station Cherry Point

Classification

naicsCode 541330Engineering Services
pscCode C219Other Architect and Engineering Services