California Bids > Bid Detail

Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) services contract for facility assessments using BUILDER Sustainment Management System (SMS) at various Marine Corps Installations Worldwide.

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159210764122107
Posted Date: Feb 21, 2024
Due Date: Mar 7, 2024
Source: https://sam.gov/opp/251627d50d...
Follow
Sources Sought for Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) services contract for facility assessments using BUILDER Sustainment Management System (SMS) at various Marine Corps Installations Worldwide.
Active
Contract Opportunity
Notice ID
N6247324RBULD
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC PACIFIC CMD
Sub Command 2
NAVFAC SOUTHWEST SW
Office
NAVFACSYSCOM SOUTHWEST
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Feb 21, 2024 03:25 pm PST
  • Original Published Date: Feb 21, 2024 03:19 pm PST
  • Updated Response Date: Mar 07, 2024 01:00 pm PST
  • Original Response Date: Mar 07, 2024 01:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 22, 2024
  • Original Inactive Date: Mar 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    San Diego , CA
    USA
Description

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 Small Businesses, Woman-Owned Small Businesses (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB).



The Sources Sought Synopsis is one facet in the Government’s 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 market research.



Naval Facilities Engineering Systems Command Southwest (NAVFAC SW) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or 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 (SMS) at various Marine Corps Installations Worldwide. The preponderance of the work will be in California, Arizona, Virginia, Georgia, North Carolina, South Carolina, Hawaii, Korea 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.



Primary A-E services expected to be performed under this contract may include:




  1. BUILDER baseline/re-inspection of building inventory/inspection at Marine Corps installations

  2. Data entry of inventory/inspection findings into BRED data collection tool/BUILDER 3.6.7.3 database

  3. Site investigations/visits, and meeting coordination

  4. Coordination with architects and various engineering disciplines, such as civil, structural, mechanical, electrical and fire protection.



Secondary A-E services in support of the Marine Corps Facilities Maintenance Management Program may also include:




  1. Other knowledge-based SMS assessments and training.

  2. Other Specialized Engineering assessments/studies for site facilities

  3. Conventional MO-322-type or deficiency-based facility assessments and training.

  4. Life-Cycle, Space Utilization and Functionality assessments.

  5. Short and Long Range Maintenance Planning (LRMP).

  6. Follow-up building condition structural assessment studies

    1. Reinforced Concrete Corrosion Study

    2. Termite Study

    3. Structural Steel Corrosion Study

    4. Building Envelope Study







The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $25,500,000. The proposed contract will be for a total performance period of five years. The estimated total contract price is $80,000,000. The minimum value of individual task orders executed under this contract is $5,000. The maximum value of individual task orders executed under this contract is $17,000,000.



Interested Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB 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 – 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 SW 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 – Contract Information.



Complete Section B – A-E Point of Contact. In addition to the name of the firm in Block 5, provide your firm’s Unique Entity Identifier (UEI) and state if your firm is SBA certified 8(a), SBA Certified HUBZone, SDVOSB, WOSB and/or Small Business (identify all that apply). A set-aside cannot be reasonably determined without size and socio-economic designations.



Section E – Resumes: Provide a maximum of four (4) resumes for key personnel that would be responsible for completing the required services including one (1) Quality Control



Manager. All personnel must be professionally registered Engineers or Architects and shall be on the staff of the Prime A-E firm. All key personnel 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 with a minimum value of $100,000 that best illustrate the individual member’s qualifications in performing the listed A-E services. For each project, the individual must describe the specific BUILDER assessments performed, how significant his/her role and responsibilities were in the services, specific services performed, and provide the completion date of the services. Section H – Additional Information: On a maximum of three (3) pages, list a maximum of three (3) specific, recently completed BUILDER assessments with at least one (1) BUILDER assessment of facilities that is 20 Million Square Feet (MSF) and above that demonstrate the overall team experience in the required A-E services. At a minimum, each project description shall include the project title, cost, completion date, and how each project reflects experience in the required services.



A specific project/assessment is a single project or a single task order under an indefinite quantity contract or on-call type contract. “Recent” is defined as professional A-E services completed within the past five years prior to February 21, 2024. “Completion date” of primary and secondary A-E services is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements may not be considered.



Section H – 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 firm’s main office and branch offices, and describe the team’s knowledge of and availability to work in the proposed geographical area, and the ability of the firm to ensure timely response to requests for onsite support at military installations within the proposed geographical area.



Entitle the second paragraph “Capacity” and within the paragraph indicate the number of employees within the prime A-E firm responsible for providing BUILDER assessments, and address the firm’s capacity to accomplish multiple task orders at multiple facilities simultaneously. The firm shall list all the professionally registered Engineering personnel who will be involved in providing the required services.



Section I – 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 1:00 PM PST on March 07, 2024. Please email your responses to Shaun Schnurbusch, in a PDF format, to shaun.m.schnurbusch.civ@us.navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the System for Award Management (SAM) website at https://sam.gov and begin with “N62473.”


Attachments/Links
Contact Information
Contracting Office Address
  • 750 PACIFIC HIGHWAY
  • SAN DIEGO , CA 92132-0001
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >