California Bids > Bid Detail

Indefinite-Delivery Indefinite-Quantity Architect-Engineering Contract for Building Commissioning Services, NAVFAC SW

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159270001347075
Posted Date: Oct 24, 2022
Due Date: Nov 7, 2022
Solicitation No: N62473-23-R-COMM
Source: https://sam.gov/opp/5b90dcc97d...
Follow
Indefinite-Delivery Indefinite-Quantity Architect-Engineering Contract for Building Commissioning Services, NAVFAC SW
Active
Contract Opportunity
Notice ID
N62473-23-R-COMM
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Oct 24, 2022 01:20 pm PDT
  • Original Response Date: Nov 07, 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 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 (RFP) 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 Building Commissioning Services at various Navy and Marine Corps Installations in California, Arizona, Nevada, Colorado, New Mexico, and Utah but may include work worldwide. Preponderance of work is anticipated to be performed in Southern California.



The goal of this announcement is to obtain information on available A-E firms who can provide Building Commissioning services to support NAVFAC’s Design and Construction program.



The Primary A-E Services required: Perform total building commissioning services during the design, construction, and building occupancy phases of a project including verifying and documenting that all of the commissioned systems and assemblies are planned, designed, installed, tested, operated, and maintained to meet a project’s requirements.



Types of systems, equipment, and associated controls may include, but are not limited to, the following:




  1. Heating, ventilating, air-conditioning, and refrigeration systems (mechanical and passive) and associated controls

  2. Air-curtain systems

  3. Lighting systems: automatic and manual daylighting controls, occupancy sensing devices, automatic shut-off controls, time switching, and other lighting control devices, and dimming systems

  4. Domestic hot-water systems and controls

  5. Water pumping and mixing systems over 4 kW (5 hp) and purification systems

  6. Irrigation system performance that uses more than 4000 L (1000 gal) per day

  7. Renewable energy systems and energy storage systems

  8. Energy and building management and demand-control systems

  9. Building Envelope: air tightness for the entire building envelope (systems, components, and assemblies)



Types of projects may include, but are not limited to, new construction and renovation/repair of operational and training, commercial, institutional, industrial, research and development, medical, and quality of life buildings/facilities.



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 (5) years. The estimated total contract price is $20,000,000. 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 $1,500,000.



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 (5) 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 (5) 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 directly responsible for performing the required services. If firm principals will not perform on the contract, do not include those resumes. The prime A-E firm shall have a Program Manager in addition to the key personnel to perform the anticipated work of this contract.



All key personnel shall be professionally registered/accredited in their discipline. The resume shall include the state where registration was issued, registration number, expiration date of registration, and geographic office location for each proposed key personnel member.



At least one (1) key personnel shall be a professionally registered Architect. At least one (1) key personnel shall be a professionally registered Mechanical Engineer. At least one (1) key personnel shall be a professionally registered Electrical Engineer. At least one (1) key personnel shall be certified in commissioning by one (1) of the following:




  1. AABC Commissioning Group (ACG)

  2. National Environmental Balancing Bureau (NEBB)

  3. International Certification Board/Testing, Adjusting, and Balancing Bureau (ICB/TABB)

  4. Building Commissioning Association (BCA)

  5. Association of Energy Engineers (AEE)

  6. University of Wisconsin-Madison

  7. American Society of Heating, Refrigeration, and Air Conditioning Engineers (ASHRAE)



Each resume shall include a minimum of three (3) and a maximum of five (5) specific, recently completed projects that best illustrate the individual member’s qualifications in performing the required A-E services. For each project, the individual shall describe the specific facility commissioning services 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 professional A-E services completed within the past five (5) years prior to October 24, 2022. “Completion date” of Primary services is defined as 100% of the required documents are completed and submitted. Projects not meeting these requirements will not be considered.



Section H – Additional Information: On a maximum of three (3) pages, list a maximum of five (5) specific, recently completed projects that demonstrate the overall team experience in the required Primary services. At a minimum, each project description shall include the project title, location, cost, completion date (month and year) and how each project reflects experience in the required Primary services. Include the A-E fee for the services performed.



Include the following:




  • A minimum of one (1) project shall demonstrate relevant experience with projects having professional fees greater than $400,000.

  • A minimum of two (2) projects shall demonstrate relevant experience with projects including building commissioning of all systems to include mechanical, electrical, and building envelope.



Note: A single project may satisfy more than one (1) of the above minimum requirements.



A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. Relevant work is that which is the same or similar to the Primary services that may be ordered under this contract. “Recent” is defined as professional A-E services completed within the past five (5) years prior to October 24, 2022. “Completion date” of primary 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 (1) page, provide two (2) brief paragraphs, one (1) addressing “Location” and one (1) 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 Southwest AOR and at NAVFAC Southwest 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 building commissioning services, and address the firm’s capacity to accomplish multiple task orders simultaneously. 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) Limitations 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 November 7, 2022. Please email your response to Victor Mariscal, in a PDF format, at victor.m.mariscal.civ@us.navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest 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
  • Oct 24, 2022 01:20 pm PDTSources 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 >