The RFP Database
New business relationships start here

A and E multi-discipline for implementation of Utilities Asset Management Systems for Navy Utilities located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only and to identify contractors who possess the capabilities, experience, and interest to provide services as specified below. Respondents will not be notified of the results of the evaluation.

This market research tool is being issued for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC) Atlantic, implied or otherwise, to issue a solicitation or ultimately award a contract.
This notice is a market research tool used to obtain information only, and to identify contractors who possess the capabilities to provide the services as specified below. NAVFAC Atlantic is performing this market research to aid in the development of its acquisition approach. 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 Governments best interest. This is not a solicitation but Sources Sought only.

NAVFAC Atlantic is seeking to identify potential contractors with the capacity, experience and interest in competing for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services performed under the contract including surveying, mapping, inspection, testing, evaluation, design, analyzing, recommending, inventory verification, data reconciliation and consolidation, condition and risk assessment, of electrical generation, transmission and distribution systems; water supply, transmission, treatment, and distribution systems; and wastewater collection and treatment systems; steam generation, transmission and distribution systems; compressed air generation and distribution systems; natural gas transmission and distribution systems; utility controls systems and advanced metering infrastructure; development and implementation of utilities Asset Management Systems for Navy Utilities located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.


Projects will be in the primary area of Department of Defense (DOD) facilities that receive support services from the Naval Facilities Engineering Command, including, but not limited to, the following areas: the Continental United States, Hawaii, Alaska, Caribbean, Europe, Africa, Asia, Far East and the Middle East. One Indefinite Quantity Contract will be awarded as a result of this competition.

The intended contract term will be for a base period of up to 12 months with a potential of four (4), one-year option periods, which cumulatively will not exceed sixty (60) months. The anticipated aggregate total of work to be issued over the life of the contract via task order shall not exceed the estimated maximum amount of $50 million.
The anticipated NAICS code to be used for this project task order is/are NAICS 541330, Engineering Services with a size standard of $15M. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6.

NAVFAC Atlantic is searching the marketplace for companies that are capable of providing A/E services which includes provision of all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed below.

The type of Architect/Engineering Services expected to be performed under this contract include:

a)    Field verification and objective condition assessment of facilities, structures, and equipment associated with electric, water, wastewater, thermal, compressed air, natural gas, utility control, and advanced metering infrastructure systems.

b)    Development of utility system mapping with Geographic Information Systems using GPS, traditional surveying, and mobile field data collection technologies.

c)    Development of real property inventories for utility systems by reconciling all available Navy data stores (e.g.
Maximo, ArcGIS, AutoCAD, Navy Facility Assets Data Store).

d)    Development of utility system component replacement cost estimates.

e)    Development of one-line diagrams for electrical distribution or Process and Instrumentation Drawings for, electrical generation, potable water treatment, wastewater treatment, steam production, and compressed air generation.

f)    Integration of existing data and field verified data with computerized maintenance management systems (Maximo) with GIS (ArcGIS), billing and real property inventory systems (Navy Facility Assets Data Store).

g)    Training of personnel, documentation of GIS data as well as preparation of user guides and manuals on using GIS software and deliverables.

h)    Management analysis of utility systems including best management practices, staffing studies, rate studies and cost of service analysis.


i)    Development of asset management programs, Operation and Maintenance Manuals, Preventive Maintenance plans, capital improvement plans, condition assessment programs, risk assessment programs and utility master plans.

j)    Perform asset condition assessments, consequence and likelihood of failure risk assessments, and develop risk mitigation options and projects for utility systems.

k)    Engineering field tests such as fire hydrant and pump flow tests, leak detection surveys, C-factor tests, wet well drawdown tests, computer based hydraulic analysis, inflow and infiltration studies, sewer system evaluation surveys, thermo graphic surveys, relay coordination studies, power quality surveys, load and demand analysis, arc flash and safety hazard analysis, steam quality surveys, etc.

l)    Life cycle cost analysis, plant capacity evaluations, recommending generation, water use studies, water conservation plans, vulnerability analysis, and other evaluation methods for recommending repairs, modifications, and conceptual designs and budgetary estimates to utility systems.

m)    General Utilities Privatization support including preparation of Technical Data Packages that included system inventories, general condition assessment, replacement cost estimates, depreciated value estimate; preparing and giving formal presentations to high level Naval Officers and civilian employees using the latest technology in audio-visual equipment.

If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable professional qualifications and experience for each member, and to what extent your firm has worked with the proposed subcontractors in the past.
For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). A small business prime will be required to comply with FAR 52.219-14 which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended by employees of the concern. Provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract.

Submittal Requirements: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating the ability to perform the services listed above.
The capability package must be complete and sufficiently detailed to allow the Government to determine the firmbs qualifications to perform the defined work. Please note that your submittal shall not exceed fifteen (15) single-sided pages. PAGES IN EXCESS OF THE FIFTEEN (15) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 15:00 P.M. local Norfolk, Virginia time on 26 October 2018 to the Contract Specialist, Ms. Erica Walker via email at erica.s.walker@navy.mil. Identify in the subject line of your response: N62470-19-R-2000: Utilities A and E Worldwide IDIQb. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis.
Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following:

A. COMPANY PROFILE to include: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and email addresses); (4) copy of any certifications (if 8(a) or HUBZone certified, provide the SBA Business Opportunity Specialist name and phone number assigned); identify the size status of your firm (small or other than small) and if small, identify any sub-categories of small business for which you qualify (i.e., WOSB, EDWOSB, SDB, VOSB, SDVOSB); and (5) indicate if the firm is registered in the System for Award Management (SAM) database, include DUNS Number and CAGE Code; and, if a small business, provide a narrative of how your firm will comply with the limitations on subcontracting clause (FAR 52.219-14) required to be included in any small business program set-aside.

B.
RELEVANT EXPERIENCE. Include information on recent past projects that best illustrate your qualifications to perform the various services listed above. List up to three (3) projects performed within the last five years that best illustrate your qualifications to perform the various services listed above. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officerbs name, current telephone number; d. Contracting Officerbs Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f.
Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work; (1) Provide information and experience of key personnel demonstrating the ability to provide the types services listed in the primary tasks above; (2) Provide a brief written statement as to your ability to perform and manage a minimum of 5 large defined task orders simultaneously at various locations, both CONUS and OCONUS such as would be required in an IDIQ type contract; and (3) Subcontract management: provide information on any proposed joint ventures or teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513).

The Relevant Experience must be complete and sufficiently detailed to allow for a determination of the firms qualifications to perform the defined work.
The Relevant Experience must be on 8.5 by 11-inch standard paper, single spaced, 12-point font minimum and limited to 15 single sided pages. The Government reserves the right to request additional information as needed, from any and all respondents.

Note: If using corporate experience of teaming partners or affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the response to sources sought) to demonstrate corporate experience, clearly explain how the teaming partner or the affiliates/ subsidiaries / parent/LLC/LTD member companies will have meaningful involvement in the performance of this contract.

C. Additional information, if any, that the responders believe is relevant

Answers to questions received about this sources sought announcement will be made available to all responders.

Questions or comments regarding this notice may be addressed in writing to Ms.
Erica Walker by e-mail at erica.s.walker@navy.mil.

SUBMISSIONS, ELECTRONIC OR MAILED, MUST BE RECEIVED AT THE OFFICE CITED NO LATER THAN 15:00 P.M. LOCAL NORFOLK, VIRGINIA TIME ON 26 OCTOBER 2018. LATE RESPONSES WILL NOT BE ACCEPTED.

NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFERORbS OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN ANY RESULTANT SOLICITATION.

We appreciate your interest and thank you in advance for responding to this notice.

Erica Walker 757-322-8103 erica.s.walker@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP