California Bids > Bid Detail

INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEERING SERVICES FOR PREPARATION OF US NAVY AND MARINE CORPS ENVIRONMENTAL PLANNING DOCUMENTS PRIMARILY IN CALIFORNIA, NEVADA, AND ARIZONA

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159229597215284
Posted Date: Nov 8, 2022
Due Date: Nov 14, 2022
Solicitation No: N6247321R0274
Source: https://sam.gov/opp/47cc10ffba...
Follow
INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEERING SERVICES FOR PREPARATION OF US NAVY AND MARINE CORPS ENVIRONMENTAL PLANNING DOCUMENTS PRIMARILY IN CALIFORNIA, NEVADA, AND ARIZONA
Active
Contract Opportunity
Notice ID
N6247321R0274
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Nov 07, 2022 06:35 pm PST
  • Original Published Date: Jun 13, 2022 03:29 pm PDT
  • Updated Response Date: Nov 14, 2022 09:00 pm PST
  • Original Response Date: Jul 13, 2022 01:00 pm PDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 14, 2022
  • Original Inactive Date: Jul 13, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    San Diego , CA
    USA
Description

Contract Opportunity Title: AMENDMENT TO SOURCES SOUGHT NOTICE - INDEFINITE QUANTITY ARCHITECT-ENGINEERING SERVICES FOR PREPARATION OF U.S. NAVY AND MARINE CORPS ENVIRONMENTAL PLANNING DOCUMENTS AT VARIOUS LOCATIONS, PRIMARILY IN CALIFORNIA, NEVADA, AND ARIZONA



Contracting Office: N62473 NAVAL FACILITIES ENGINEERING COMMAND SOUTHWEST, SAN DIEGO, CALIFORNIA



NAICS Code: 541330 - Engineering Services



PSC Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER



Solicitation Number: N6247321R0274



Response Date: Friday, September 2, 2022, 5:00 PM, PST



Point of Contact: Dalisay Cortez; Email: Dalisay.a.cortez.civ@us.navy.mil



Set-Aside: Total Small Business Set-Aside





AMENDED SOURCES SOUGHT SYNOPSIS ORIGINALLY PUBLISHED JUNE 13, 2022





THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET RESEARCH TO BE USED FOR PRELIMINARY PLANNING PURPOSES ONLY. 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 is to identify potential qualified U.S. Small Business Administration (SBA) certified Historically Underutilized Business Zone (HUBZone); 8(a) Small Disadvantaged Business firms; Service Disabled Veteran-owned Small Business; Women-Owned Small Business firms; Veteran-Owned Small Business; and/or Small Business Concerns capable of providing A-E Environmental Design and Engineering Services to prepare Navy and Marine Corps environmental planning-related documents/tasks.



The North American Industry Classification System (NAICS) Code: 541330, Engineering Services[A1] . The Small Business Size Standard: $16.5M. The total aggregate task order value for the base year and all option years is $55 million. The base period of the contract shall be two years and the contract contains five one-year option periods for a total maximum term of seven years. The maximum ordering period of the contract is seven years, or when the contract maximum is reached, whichever occurs first. [A2]



Naval Facilities Engineering Systems Command, Southwest is seeking sources with current relevant qualifications, experience, personnel, and capability to provide, under contract, all management, labor, incidental engineering, travel, transportation, equipment, material, and supervision necessary in performing A-E Environmental Design and Engineering Services to prepare Navy and Marine Corps environmental planning-related documents/tasks. The primary focus would be for the National Environmental Policy Act (NEPA) and other environmental planning related projects in any environment. Efforts include but are not limited to, Environmental Assessments (EAs); Environmental Impact Statements (EISs); draft Findings of No Significant Impact (FONSIs) and draft Record of Decisions (RODs) in accordance with the prices, terms and conditions in the schedule. Tasks may include the data collection, natural resource studies/surveys, and resource effects analysis work related to NEPA and other environmental planning tasks. These NEPA related documents would address the following resource areas, as applicable for each project: topography, geology and soils; water resources; biological resources; air quality, greenhouse gasses and climate change; noise; airspace; cultural resources; socioeconomics (including environmental justice); land use; coastal zone management (Coastal Zone Management Act compliance); transportation/traffic; utilities and utility corridors; public health and safety (including hazardous materials, protection of children from environmental health risks and safety risks, and anti-terrorism and force protection); visual quality; public services; and other important resource areas and considerations. As part of, or in addition to, preparing NEPA related documents including EAs, EISs, draft FONSIs, and draft RODs, the Contractor may conduct other environmental studies and prepare other environmental planning related documents including, but not limited to the following categories: Plans, Studies and Preliminary Designs; Aeronautical Related Studies/Projects; Biological Resources Effects Analyses; Topography, Geology and Soils Effects Analyses; Air Quality/Climate Change Effects Analyses; Noise Effects Analyses; Cultural Resources Effects Analyses; Water Quality and Hydrology Effects Analyses; Socioeconomics and Community Services Effects Analyses; Land Use Effects Analyses; Coastal Resources Effects Analyses; Transportation/Traffic Effects Analyses; Utilities Analyses; Public Health and Safety Effects Analyses; Visual Quality Effects Analyses; Project Public Participation Planning and Implementation; and Other Important Considerations.



The Area of Responsibility is CALIFORNIA, NEVADA, and ARIZONA; however, there is the possibility of work being located anywhere in the United States when that work comes under the responsibility of Naval Facilities Engineering Systems Command (NAVFAC).



Services required shall be in accordance with this contract, OPNAVINST M-5090.1, Navy Instructions and Guidance on Procedures for Implementing NEPA, Marine Corps Order (MCO) 5090.2 (June 2018), Environmental Compliance and Protection Manual, the Unified Facilities Criteria (UFC) 3-800-10N (Draft) General Environmental Requirements, and the Guide for Architectural-Engineering Firms (A-E Guide) dated Jan 2000, National Environmental Policy Act (NEPA), and Council of Environmental Quality (CEQ) Regulations.



Multiple years of performance are anticipated for the planned contract, via the use of option periods per FAR Subpart 17.2 procedures. The Government anticipates a combination of Firm-Fixed-Price, as well as Indefinite-Delivery, Indefinite-Quantity projects. Task Orders are anticipated to range from $50,000 to $3,000,000.



The Government will use responses to this Sources Sought synopsis to make acquisition plans. This is not a Solicitation Announcement and not a Request for Proposal. After review of the responses, if the Government plans to proceed with a Solicitation, then a Solicitation Announcement will be published to the Government-wide Point of Entry at https://beta.sam.gov for regulatory compliance.



Interested firms (including Joint Ventures/Subcontractors/Teams) must demonstrate knowledge and experience in all the services cited above and have the ability to obtain appropriate security clearances to access military sites/property/installations.



SUBMISSION REQUIREMENTS:



Responses to this Sources Sought shall be sent electronically (with no hard copies) to email inbox at: Dalisay.a.cortez.civ@us.navy.mil by the closing date of this synopsis. Files are required to be in Adobe Acrobat format (.pdf), and shall not exceed fifteen (15) pages in length and will be prepared using Times New Roman font no smaller than 12 pitch font. Please include the following information in your response:




  1. Provide a one (1) page cover sheet that MUST include:




  • Contractor name, address, primary phone number

  • Contractor and Government Entity (CAGE) Code

  • Contractor’s status and size of the business relative to NAICS code 541330[A3]

  • Two Points of Contact with telephone numbers and email addresses

  • Short description of the contractor’s history including years in business, number of employees, and main disciplines/experience areas of the contractor

  • Office locations





[A4]




  1. Provide no more than fourteen (14) pages demonstrating the ability to perform the requested services. This documentation shall address, at a minimum, the following: Relevant experience in the preparation of environmental planning documents that were completed within the last five (5) years for actions located in Arizona, California, and Nevada. Include contract number, description of the work performed, indication if work was done as 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 services described herein.





No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls or emails will be accepted for requests for a bid package or solicitation because there is no bid package or solicitation available at this time. In order to protect the procurement integrity of potential future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be accepted. This SOURCES SOUGHT Notice is for Market Research Information and Planning Purposes ONLY and IS NOT to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. An award of a contract will not be made on offers received in response to this notice. This notice is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources. No solicitation document exists. If / when the Government decides to proceed with this acquisition, a separate solicitation notice will be issued.



The Government will not be offering exchanges of information, site visits, oral presentations, or technical points-of-contact in association with this synopsis.



Do not submit any information that was not requested.



Responses to this Sources Sought Notice was amended to FRIDAY, SEPTEMBER 2, 2022 at 5:00 PM, PACIFIC STANDARD TIME. Please email your response to Dalisay Cortez at email: dalisay.a.cortez.civ@us.navy.mil. Any questions should be directed to Dalisay Cortez via email. Facsimile submittals will not be accepted. All NAVFAC SW Sources Sought Notices and/or Synopsis are posted on the SAM.gov website at https://sam.gov.


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

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 >