California Bids > Bid Detail

Indefinite-Delivery, Indefinite-Quantity (IDIQ) Architect-Engineering Contract for Structural Engineering Services, NAVFAC SW

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159216375534411
Posted Date: Nov 30, 2022
Due Date: Dec 15, 2022
Solicitation No: N62473-23-R-STRU
Source: https://sam.gov/opp/e44ba1b626...
Follow
Indefinite-Delivery, Indefinite-Quantity (IDIQ) Architect-Engineering Contract for Structural Engineering Services, NAVFAC SW
Active
Contract Opportunity
Notice ID
N62473-23-R-STRU
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 SW
Office
NAVFAC SOUTHWEST
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 30, 2022 02:21 pm PST
  • Original Response Date: Dec 15, 2022 02:00 pm PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • 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 a 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 Structural Engineering Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah. The preponderance of work will be in Southern California.



The goal of this announcement is to obtain information on available A-E firms who can provide Structural Engineering services similar to those anticipated under this contract.



A-E services required:



1. Fully designed plans and specifications;



2. Preparation of design-build Request for Proposal (RFP) packages;



3. Structural and/or seismic investigations, studies, evaluations, and recommendations for upgrades to existing facilities;



4. Antiterrorism design related to analysis of blast effects and design to prevent progressive collapse;



5. Innovative structural system design including seismic base isolation, seismic damping, passive dissipating systems, and use of fiber reinforced polymers; and



6. Experience applying sustainability concepts through an integrated, cost effective design approach and designing in accordance with recognized sustainability rating systems such as Green Globe, LEED, etc.



7. Construction contract support services (CCSS) or Post construction award services (PCAS).





The North American Industry Classification System (NAICS) Code is 541330 (Engineering Services) with a Small Business Size Standard of $22,500,000. The proposed contract will be for a total performance period of five years. The estimated total contract price is $30,000,000. 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 $3,500,000.



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 five (5) resumes for key personnel that would be responsible for completing the required services. At a minimum, two (2) key personnel shall be professionally registered Structural Engineers 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 projects that best illustrate the individual member’s qualifications in performing the listed A-E services. For each project, the individual must describe how significant his/her role and responsibilities were in the services, specific services performed, 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 professional A-E services completed within the past five years prior to November 30, 2022. “Completion date” of primary services is defined as final maps and/or documents, signed off by either a professional Structural or Civil Engineer. For the remaining services, completion date 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 three (3) pages, list a maximum of ten (10) specific, recently completed projects 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 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 November 30, 2022. “Completion date” of primary services is defined as final maps and/or documents, signed off by either a professional Structural Engineer or professional Civil Engineer. For the remaining services, completion date 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 NAVFAC SW AOR and at NAVFAC SW offices in San Diego, CA.



Entitle the second paragraph “Capacity” and within the paragraph indicate the number of employees within the prime A-E firm responsible for providing Structural Engineering services, and address the firm’s capacity to accomplish multiple task orders simultaneously. The firm shall list all the professionally registered Structural Engineering and Civil Engineering personnel who will be involved in providing the required services. The Offeror/Contractor must demonstrate adequate in-house staffing capacity to self-perform at least 50 percent (50%) of the cost of the contract as required by FAR Clause 52.219.14(e)(1) Limitation on Subcontracting.



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 2:00 PM (San Diego, CA Local Time) on December 15, 2022. Please email your response to Jonathan Eckel, in a PDF format, to jonathan.f.eckel.civ@us.navy.mil. Facsimile submittals will not be accepted. All NAVFAC SW solicitations are posted on the website at https://sam.gov and begin with “N62473.”


Attachments/Links
Contact Information
Contracting Office Address
  • 1220 PACIFIC HIGHWAY
  • SAN DIEGO , CA 92132-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 30, 2022 02:21 pm PSTSources Sought (Original)

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 >