The RFP Database
New business relationships start here

Sources Sought for AE IDIQ Architect Engineering Services in support of Marine Corps Installations Command for facility assessments, NAVFAC Southwest


California, 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 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 Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Businesses, Economically Disadvantaged Woman-Owned Small Businesses and/or Service-Disabled Veteran-Owned Small Businesses.

This Sources Sought Synopsis is one facet in the Governments overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted).
No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis.

No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation.

Naval Facilities Engineering Command Southwest is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, Economically Disadvantaged Woman-Owned Small Business (EDWOSB) and/or Service-Disabled Veteran-Owned Small Business (SDVOSB) sources with current relevant experience, personnel, and capability to perform the Architect-Engineer (A-E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for facility assessments using BUILDER Sustainment Management system at various Marine Corps Installations Worldwide.
The preponderance of the work will be in California, Arizona, Virginia, Georgia, North Carolina, South Carolina, Hawaii and Japan.
    
The goal of this announcement is to obtain information on available A-E firms who can provide facility assessments using the BUILDER Sustainment Management system to support project development for Marine Corps Installations Command (MCICOM) facilities. It is essential the A-E firm has comprehensive understanding of the BUILDER methodology. A-E services will include BUILDER baseline/re-inspection of building inventory/inspection at Marine Corps installations, data entry of inventory/inspection findings into BRED/BUILDER 3.0 database, site investigations/visits, and meeting coordination.
Services will also require coordination of the various engineering disciplines, such as civil, structural, mechanical, electrical and fire protection.


The North American Industry Classification System (NAICS) Code is 541310 (Architectural Services) with a Small Business Size Standard of $7 million. The proposed contract will be for one base year with four one-year renewable options, resulting in the contract performance period of five years. The estimated total contract price for the base year and all option years combined is $30,000,000. The maximum value of individual task orders may be $8,000,000. The minimum value of individual task orders may be $1,000,000.

Interested Small Business, SBA certified 8(a), SBA certified HUBZone, Economically Disadvantaged Woman-Owned Small Business and/or Service-Disabled Veteran-Owned Small Business sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner:

Part I b Contract Specific Qualifications:

Note: In sections where recent experience is requested, all experience will be evaluated for market research purposes only.
Firms are advised that while experience older than five years may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation.

Complete Section A b Contract Information.

Complete Section B b A-E Point of Contact. In addition to name of firm in Block 5, provide your firmbs Dun and Bradstreet Number (DUNS) and state if your firm is SBA Certified 8(a), SBA Certified HUBZone, SDVOSB, EDWOSB or Small Business.
A set-aside cannot be reasonably determined without size and socio-economic designations.

Section E b Resumes: Provide a maximum of four (4) resumes for key personnel that would be responsible for completing the required BUILDER services. All key personnel (architects and engineers) must be professionally registered/accredited in their discipline. The resume must include the state where registration was issued, registration number, expiration date of registration, and geographic office location for each proposed key personnel member.

Each resume must include a maximum of five (5) specific, recently completed BUILDER projects that best illustrate the individual members qualifications.
For each project, the individual must describe the specific BUILDER assessments performed, how significant his/her role and responsibilities were in these services, and provide the completion date of the services. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Recent is defined as having been completed within the past five years.

Section H b Additional Information: On a maximum of three (3) pages, submit a maximum of three (3) projects with BUILDER assessments with 20MSF and above to demonstrate large BUILDER project experience. Include the project title, location, completion date (month and year) and description of BUILDER assessment services provided.

    
Section H b Additional Information: On a maximum of one page, provide two brief paragraphs, one addressing Location and one addressing Capacity. Entitle the first paragraph Location and within that paragraph indicate the location of the firmbs main office and branch offices, and describe the teambs knowledge of and availability to travel to and work in the proposed geographical area and the ability of the firm to ensure timely response to on-site requests.

Entitle the second paragraph Capacity and within that paragraph indicate the number of employees within the prime A-E firm responsible for providing BUILDER assessments, and address the firms capacity to perform assessments at multiple facilities simultaneously.
The Offeror/Contractor must demonstrate adequate in-house staffing capacity to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219.14 (b)(1) Limitation on Subcontracting.

Section I b Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response.

Part II General Qualifications: Complete SF330 Part II - General Qualifications for the Prime A-E Firm responding to this Sources Sought Notice.

Responses to this Sources Sought announcement are due no later than 2:00 p.m. (Pacific Standard Time) on February 11, 2015. Please address your response to Naval Facilities Engineering Command Southwest, Attn: Betty Kimes, Code RAQ20.BK, 1220 Pacific Highway, San Diego, CA 92132-5190 OR email your response, in a PDF format, to betty.kimes@navy.mil.
Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the Navy Electronic Commerce Online (NECO) website at https://www.neco.navy.mil and begin with N62473.

Additional Info:
https://www.neco.navy.mil
Contracting Office Address:
N62473 - NAVFAC SOUTHWEST, CAPITAL IMPROVEMENTS CONTRACTS CORE, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, CA 92132
Point of Contact(s):
Betty Kimes, Contract Specialist, Email: betty.kimes@navy.mil; 619-532-4261.

Betty Kimes, betty.kimes@navy.mil

betty.kimes@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP