BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Crane Naval Depot, Indiana. Contact the soliciting agency for additional information.

AMENDMENT 0003: N0016422SNB83 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) - Architect and Engineering - FSC/PSC C220 - NAICS 5413 ISSUE DATE: 15 AUG 2022 CLOSING DATE: 23 SEP 2022 (1200PM ET) Amendment 0003 is issued to extend the closing date to 23 September at 1200PM ET, to present questions and answers received to date, and to clarify submission POCs. Questions and RFI Response submissions should be submitted only to Jared Myers, jared.s.myers3.civ@us.navy.mil, Aaron Hohl, aaron.m.hohl.civ@us.navy.mil, or Shayden Flynn, shayden.m.flynn.civ@us.navy.mil by email only. Questions with Answers received: Q1. Please confirm that the intent is for NSWC Crane to manage a facilities design and construction contract. Will NAVFAC have a role, or is this entirely separate, controlled and managed within the NSWC Contracts group A1. That is correct, NSWC Crane will be managing this facilities design and construction contract. NAVFAC will not have a role in the management of this effort. This will be entirely separate, controlled and managed within the NSWC Contracts group. Q2. You request POC information for our FSO. Is classified work expected under this contract A2. Work in spaces with various classification levels may be required, thus drawings and other documents related to the projects require FSO and facility security checks. Therefore, we are requesting this information to get a feel for Contractor capability regarding security. Q3. Since this is a Sources Sought notice, as a large business would not typically respond. However, sometimes contracting officers like to see the full range of available, capable contractors, small and large. What is your expectation A3. We are attempting to gauge participation and interest from all AE firms, both small and large. The more interest we experience in this RFI/SS notice, the more accurately we can assess the market. Q4. One, may we use a 11 x 17 formatted sheet for a portion of our response We'd assume it would count as two (2) pages. A4. Please utilize the page/paper size prescribed in the announcement (8 1/2 x 11 in paper). Q5. Two, are we correct that the response is to be sent electronically by email If so, designate the email address to be used. If we are incorrect and a hard copy is required, designate how many copies and provide the address/person to whom it should be sent. A5. Correct, the response should be sent electronically to all three Government addresses included in the announcement (Jared Myers, Aaron Hohl, Shayden Flynn). Hard copies will not be accepted. Q6. As part of the response, it mentions: Completed Market Research Survey (Not included in page count), but there is no attachment in the SAM.gov posting. Is there an attachment that needs to be filled out as well If so, could you please send it A6. The "Completed Market Research Survey" language included in RFI/SS announcement N0016422SNB83 was included in error. Please disregard this language when preparing your response. Q7. Size standard was $11.0 million that has been Modified. No size specified. Is this because it is a Sources Sought for interested parties or do to the NAICS code change Is there a new size standard A7. There is no individual size standard associated with the general 5413 NAICS designation. Q8. The Facility Security Officer, can you expand on what qualification you are looking for in this person What clearance do they need A8. Please see NISPOM 32 CFR 117 for information regarding FSO requirements. Q9. Does NSWC anticipate soliciting for a multiple-award, or a single-award IDIQ A9. A Multiple Award Contract (MAC) is anticipated, but market research will ultimately guide the best path forward. Q10. What is the size range of anticipated projects A10. Size range will vary from project to project. The majority of the task orders are anticipated to be less than $250,000, but some could reach up to $2M. Q11. Does NSWC anticipate this being set aside for SB A11. Market research will ultimately guide the best path forward regarding set-aside designation. Q12. Are existing NAVFAC contract vehicles under consideration for this work A12. This future solicitation, contracts, and awards will exist independently from NAVFAC. Q13. Will this NSWC Crane AE IDIQ vehicle supplement or will they replace the existing in-place NAVFAC MIDLANT AE tools for the Architect-Engineering work required at NSWC Crane A13. This future solicitation, contracts, and awards will exist independently from NAVFAC in its entirety with no intended impacts to NAVFAC current tools. Q14. Will this NSWC Crane AE vehicle be a single award A14. A Multiple Award Contract (MAC) is anticipated, but market research will ultimately guide the best path forward. Q15. What will be the IDIQ value and contract award term A15. The intention of this RFI is to conduct market research as the requirement is still being analyzed. Additional solicitation details will be posted separately from this RFI at the conclusion of market research. Q16. What is the background for this requirement A16. Purpose and Requirements sections of the original announcement provide the background information. Q17. The Sources Sought lists a very broad SOW. Are there portions of the SOW that may be a focus of NSWC Crane over the life of the IDIQ A17. This IDIQ will feature a combination of both vertical and horizontal work, as well as other architectural, engineering, and related services. An estimate of anticipated tasking type ratios is not available. Q18. Is NSWC Crane open to meeting with potential AE firms either one-on-one or through an Industry Day prior to posting of the solicitation A18. Industry Day and/or individual meeting potential will be discussed at the conclusion of market research. Q19. Do you require us to team with subconsultants to meet all services listed A19. The resultant Prime Contractor(s) would be responsible to meet all services with properly certified individuals. The manner in which all requirement are met, is at the discretion of the Prime. Q20. Will the cover letter and tab pages be included in the page count A20. No. Cover page and tab pages are not included in the page count. AMENDMENT 0002: N0016422SNB83 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) - Architect and Engineering - FSC/PSC C220 - NAICS 5413 ISSUE DATE: 15 AUG 2022 CLOSING DATE: 14 SEP 2022 Amendment 0002 is issued to remove a clerical error for the original posting. A completed Market Research Survey is not required at initial submission of interest. The Government will provide a copy of the Market Research Survey via electronic mail to vendors that have responded to the RFI and submitted a capability statement. AMENDMENT 0001: Amendment 0001 is issued to update the NAICS from 541330 - Engineering Services to 5413 - Architectural, Engineering, and Related Services. N0016422SNB83 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) - Architect and Engineering - FSC/PSC C220 - NAICS 541310 ISSUE DATE: 15 AUG 2022 CLOSING DATE: 14 SEP 2022 NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS AN RFI/SS ONLY. This RFI/SS is for planning and informational purposes only and shall NOT be considered as a Request For Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI/SS or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI/SS or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI/SS. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI/SS are not offers and cannot be accepted by the Government to form a binding contract. The information provided in this RFI/SS is subject to change and is not binding on the Government. FSC/PSC codes anticipated include: Architect and Engineering PSCs C1AA C1AB C1AZ C1BF C1EA C1EB C1EC C1GA C1GD C1GZ C1HA C1HB C1HC C1HZ C1JB C1LB C1NZ C1PC C212 C219 C220 C221 C222 C223 Purpose: This RFI/SS constitutes market research in accordance with FAR Part 10 and is not an RFP. NSWC Crane is issuing this RFI/SS to gain information of current market conditions and size standards as well as to identify potential vendors with proven capabilities to provide planning, and/or design for new construction, renovation, repair, replacement, demolition, alteration, and/or improvement of facilities and infrastructure for simultaneous architect and engineering projects to be performed at the following locations: NSWC Crane; Lake Glendora Test Facility. The Government is seeking information to determine an acceptable and appropriate acquisition strategy to meet both regulations and timely facility requirements. Requirements: NSWC Crane requirements are in support of providing planning, and/or design for new construction, renovation, repair, replacement, demolition, alteration, and/or improvement of facilities and infrastructure. Additionally, types of items may include, but not be limited to: -building renovations and/or additions -site work required to support new work -new construction -roads, parking areas, or bridges -foundations -retaining walls -failure investigation including destructive and non-destructive testing -seismic evaluation and design -progressive collapse analysis -blast resistant design -structural engineering investigations -utility systems including sanitary and storm -water systems -storm water management -sediment and erosion control -earthwork -surveying -pavement design -civil engineering studies -electrical and heating, ventilation and air conditioning (HVAC) design for renovations or new facilities Engineering services may include, but are not limited to: -concept design -preparation of project programming documents -facility siting studies -environmental assessments -geotechnical services -engineering studies and services -design-build Request for Proposals (RFPs) Architect and engineering services may include, but is not to be limited to: -planning studies -project programming documents -developing of requirements -preparing engineering evaluations -project scope -unit guidance or parametric cost estimating -cost valuation surveying -development of alternatives and economic analysis -analysis of proposed sites for foundations, utilities, and/or access -constraints and identification of environmental issues -concept and site sketches -recommendations on potential utilities impacts, sustainable features, and may require enhancement of previously prepared basic documentation. All such work shall be accomplished in strict accordance with all applicable Navy and local instructions, processes, and procedures. Architectural and engineering requirements will be identified in individual Orders. The architectural and engineering requirements may be executed at NSWC Crane; Crane, Indiana or Lake Glendora Test Facility; Sullivan, Indiana. The Contractor will be responsible to provide all management, labor, material, equipment, transportation, supervision, and environmental and quality controls related to performing a maximum of four (4) simultaneous projects. Requested Information: Respondents who are interested shall provide a capability statement that identifies the successful performance of architectural and engineering projects that have been completed within a five (5) year timeframe of the posting date of this RFI. The capability statement shall specify whether performance was completed as a prime contractor or via a subcontractor arrangement. Previous projects identified shall notate whether the effort was for commercial entities or for work completed on Government installations. Furthermore, the prior performance should include the state in which the tasking was performed. Contractors must be properly registered in the System for Award Management (SAM.gov). Offerors may obtain information on SAM.gov registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://sam.gov. The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information about JCP is available at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Responses: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 8 1/2 x 11 in paper, no more than fifteen (15) pages in length, using 12-point Times New Roman font. All responses must include the following information: Name and address of company Name, telephone, fax number, and e-mail address of point of contact for Contracts CAGE Code and SAM UEI Business Size (under NAICS 541310) Announcement number: N0016422SNB83 Completed Market Research Survey (Not included in page count) Name, telephone, and email address of point of contact for Facility Security Officer Please be advised that proprietary information must be marked as such on a page-by-page and paragraph-by-paragraph basis. The Government will not assume that the information provided by a respondent is proprietary unless it is conspicuously marked on this basis. Moreover, the Government does not assume duty to contact a respondent and inquire whether unmarked information submitted in response to this RFI/SS is proprietary. All information marked proprietary will be safeguarded. The Government is only seeking sources/information for market research to determine market interest and to identify sources and capabilities of sources for future solicitations to best meet the Government's requirements. Acknowledgement of receipt will not be made, nor will respondents be notified of NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information this is business sensitive. Submittals will not be returned to the sender. Availability of a formal solicitation will be announced separately. It is the contractor's responsibility to check SAM.gov to receive additional data, such as any changes that occur before the closing date. Your interest in this response is appreciated. Respondents will not be notified of the results of this sources sought notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. The Government may contact RFI respondents requesting additional information and modeling information to substantiate modeling capabilities. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this sources sought. DO NOT submit classified information to the below email address. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact the below POC to request instructions for submission. Questions: Questions or comments regarding this notice may be addressed to Jared Myers, jared.s.myers3.civ@us.navy.mil, Aaron Hohl, aaron.m.hohl.civ@us.navy.mil, or Shayden Flynn, shayden.m.flynn.civ@us.navy.mil by email only. Telephone calls/questions or inquiries will not be accepted. No questions will be accepted after 14 September 2022 at 1200 Eastern Time. Please reference N0016422SNB83 in the subject line of all e-mails. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to SAM.gov so that all interested parties will benefit from the same information. Reference announcement number N0016422SNB83 in the subject line of e-mails and in ALL correspondence and communications related to this effort. The method of contractor selection has not been determined at this time.

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
130
Active Projects
76
Bidding Soon
1,118
All Active Projects
501
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

March 23, 2023

img_map_placeholder

Multiple Locations, Crane Naval Depot, IN

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.