The RFP Database
New business relationships start here

INDEFINITE DELIVERY / INDEFINITE QUANTITY (IDIQ) ARCHITECT-ENGINEERING (A-E) CONTRACT FOR UTILITY ENGINEERING AND DESIGN SERVICES FOR THE NAVFAC MIDLANT NORTH AREA OF RESPONSIBILITY (AOR)


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.  


The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Engineering and Design Services as required for construction, repair, replacement, demolition, alteration, improvements, for Maintenance Execution Projects, Special Projects and Military Construction (MILCON) facilities.  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.  Work under the contract is anticipated to occur primarily at NAVFAC MIDLANT NE AOR primarily in Maine; but may include projects throughout the NAVFAC Atlantic AOR.  However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion). 


Comprehensive A-E services are required for planning, design, and construction services in support of the new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement to utility infrastructure, distribution systems, and facility infrastructure. .  AE services may include multiple disciplines or single disciplines, including but not limited to project manager, architect, civil, geotechnical, structural, mechanical, electrical, fire protection, and cost engineering. 


The types of projects include but are not limited to: electrical generation and distribution, industrial control and communications, power plant thermal systems, compressed air production, mechanical utility distribution, fire protection and alarm systems, sanitary sewer, oily waste water collection, pump stations, potable and process water, storm drainage, roadways, parking lots, site development, bridges, railroad, and crane rails. Specialized services for telecommunication and geotechnical may be required. Facility types may include, but are not limited to, utility and energy infrastructure and systems for shore facilities, waterfront facilities and associated infrastructure.


Specific types of AE services that may be required include:

A)      Planning Services, including the development of project programming document (DD 1391), evaluations, site investigations, and cost estimation such as:

1)         Facility planning services, including:

i)          Project programming and requirements development

ii)         Conceptual pricing development

iii)        Development of Alternatives including Economic Analysis

2)         Facility analysis, including:

i)          General condition assessment including code compliance

ii)         Energy utilization studies

iii)        Facility life safety code analysis

iv)        Hazardous material surveys and analysis

3)         Site investigation services, including:

i)          Geotechnical investigation

ii)         Utility location/identification

iii)        Site topographic and property boundary studies, including flood zones and wetlands

iv)        Environmental soil and ground water sampling and analysis

v)         Storm Drainage analysis/studies

 

B)      Design Services, including all supporting activities such as site investigation, surveys (to include hazardous material testing), design charrettes, cost estimates, etc.:

1)         Development of design-build RFP packages including schematic concept drawings and environmental studies

2)         Development of comprehensive design-bid-build packages that include full plans and specifications

3)         Construction Cost Estimates.

4)         Calculations

 

C)      Construction Services including:

1)         Contractor submittal reviews

2)         Field consultation and special inspections

3)         Electronic Operation and Maintenance Support Information (eOMSI)

4)         Obtaining environmental permits and regulatory approvals

5)         As-built and Record Document preparation


The target award for this IDIQ contract is anticipated to be $30,000,000.  All service-disabled Veteran-owed small businesses, certified HUB-Zone small businesses, and certified 8(a) 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 July 2020. The appropriate NAICS Code is 541330.  The small business size classification for this procurement is $16,500,000. 


THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSALS. It 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 synopsis.  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) demonstrating ability to perform the requested services.  Please use the attached Project Information Form for each project submitted demonstrating the requisite experience.  This documentation shall address, at a minimum, the following: 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 submitted shall include designs of commercial and industrial construction including as many of the following systems as possible: 

•·         Electrical generation and distribution (low and medium voltage)

•·         Power plant thermal systems (steam, condensate, feedwater, etc) 

•·         Compressed air production (150psig)

•·         Mechanical utility distribution (steam, condensate, compressed air)

•·         Industrial communications (fiber optics or SCADA)

•·         Sanitary sewer systems and pump stations

•·         Potable and process water systems

•·         Storm drainage

•·         Roadways, parking lots, and bridges

•·         Railroad and crane rails


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.  RESPONSES ARE DUE ON FRIDAY, 01 NOVEMBER 2019, by 2:00 PM EASTERN.  LATE RESPONSES WILL NOT BE ACCEPTED. 


The package shall be sent by email to the following address:  brittany.cristelli@navy.mil. ; Questions or comments regarding this notice may be addressed by email to Brittany Cristelli at the same email address.

 


Brittany Cristelli, Contract Specialist, Phone 757-341-1978, Email brittany.cristelli@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP