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 Norfolk, Virginia. Contact the soliciting agency for additional information.

SOURCES SOUGHT REFERENCE NUMBER N62470-23-R-9016 Title: Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for Architect-Engineer (A-E) Services for NEPA Operations and Range Sustainability Services for Military Training Range Complexes and Assets for Various Locations throughout the Naval Facilities Engineering Systems Command Atlantic's area of responsibility, Worldwide. THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This is a sources sought announcement to conduct market research to determine the availability and adequacy of potential business sources including the use of any appropriate small business programs prior to determining the method of acquisition and issuance of a solicitation for architect-engineer services. A Statement of Capabilities must be submitted as specified at the end of this sources sought synopsis. NAVFAC Atlantic is seeking to identify potential qualified Small Businesses, including U.S. Small Business Administration (SBA) certified 8(a) businesses, SBA certified HUBZone businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Businesses (WOSB), or SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB). Architecture-engineering (A/E) and environmental services of an interdisciplinary nature are required for preparation of warfighter readiness documentation including environmental and military range planning documents for the Atlantic Ocean and eastern United States (U.S.). This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for A-E services for NEPA Operations and Range Sustainability Services for Military Training Range Complexes and Assets for Various Locations throughout the Naval Facilities Engineering Systems Command Atlantic's area of responsibility, Worldwide. Responses to this notice will determine the feasibility and/or basis for the Navy's decision to proceed with an acquisition. Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy, including the type and number of contracts and use of small business concerns. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Large business submittals are not requested. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The Government is contemplating the award of a Single Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. This work commonly is associated with activities on/at- sea training and testing ranges conducted by U.S. Fleet Forces Command, Naval Air Systems Command, Naval Sea Systems Command, Space and Naval Warfare Systems Command, Office of Naval Research, and other Navy and Marine Corps components. A minimal amount of work is expected to involve assessments of activities on Navy and Marine Corps landbased installations throughout the U.S. and abroad. The Government intends to solicit and award a single award IDIQ contract with an estimated ceiling of $50 million and an anticipated guaranteed minimum of $10,000. The contract term is estimated to be for a base year and four one-year option periods. Services will be procured in accordance with FAR Part 36. The NAICS code is 541330, Engineering Services, with a size standard of $25.5 Million. The successful contractor to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed below. The Government will evaluate firms/teams on specialized experience and technical competence with regard to preparation environmental planning documents in compliance with National Environmental Policy Act (NEPA) and Executive Order (EO) 12114; preparation of Range Complex Management Plans (RCMPs), Range Condition Assessments, and/or Water Range Condition Assessments in accordance with applicable Navy and Marine Corps policies, including the most current version of OPNAV 5090.1, MCO P5090.2, and DoD instruction 4715.11/12; preparation of biological and ecological studies in support of environmental documentation, including the preparation of Endangered Species Act (ESA) Biological Assessments, preparation of Marine Mammal Protection Act (MMPA) permit applications, preparation of Sanctuary Resource Statements in accordance with the National Marine Sanctuaries Act (NMSA), and preparation of Essential Fish Habitat Assessments in accordance with the Magnuson- Stevens Fishery Conservation and Management Act; preparation of Coastal Consistency Determinations (CCDs) in accordance with the Coastal Zone Management Act (CZMA); preparation of Section 106 and 110 assessment as required to support consultation under the National Historic Preservation Act (NHPA); preparation of Range Air Installation Compatibility Use Zone (RAICUZ) studies; preparation of reports and documentation related to Operational Range Clearance (ORC) in accordance with OPNAVINST 3571.4; preparation of water, soil, and sediment testing studies to support range sustainment initiatives; preparation of other range-related reports, documentation, or analyses such as the Sustainable Ranges Report (SRR) per section 366 of the FY03 National Defense Authorization Act (10 U.S.C. _113) of 02 Dec 02; preparation of Encroachment Action Plans (EAPs) in accordance with OPNAVINST 11010.40 and CNICINST 11010.1; and other documentation requirements needed to support general environmental compliance or range management actions including, but not limited to, documentation required to comply with Clean Water Act (CWA), Clean air Act (CAA), Resource Conservation and Recovery Act (RCRA), and the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA). Additional requirements under this contract may include, but are not limited to, studies, sketches, preliminary plans, cost estimates and descriptive text for future planning and work plans and special planning and engineering services, such as, but not limited to, environmental analyses; acoustical analyses associated with at-sea testing and training; density modeling; geospatial analyses; information technology applications; traffic; air quality, noise, encroachment, and socio-economic studies; and development and reproduction of a variety of public outreach materials of different media to relay this scientific information to public audiences. The selected firm or teams shall have online access to e-mail via the Internet for routine exchange of correspondence and shall at a minimum, conduct project collaboration, compile documents, populate databases, conduct geospatial analyses, generate maps, and integrate final deliverables into the Navy enterprise information management systems as specified in the individual task orders. In order to complete environmental planning documents in compliance with NEPA and EO 12114 and 12898, and in accordance with applicable DOD instructions, the contractor may be required to complete some of the following related studies and services to provide a comprehensive evaluation of the impacts to the environment: * Air Conformity modeling and analyses under the Clean Air Act * Air quality monitoring and testing * Air quality management plans * Coastal Consistency Determinations in accordance with the Coastal Zone Management Act * Draft Letters of Authorization (LOA) and Incidental Harassment Authorization (IHA) applications * Endangered Species Act Section 7 consultations, biological surveys, and Biological Assessments * Essential Fish Habitat assessments * In-water acoustic analysis * Marine Mammal Density estimates * Marine Resource Assessments * Natural Resources surveys (species and habitat) * Wetland delineation and mitigation plans (both wetland and near shore) * National Historic Preservation Act (NHPA) and American Indian Tribe consultation support including cultural resource surveys (both architectural and archaeological), records management, and archaeological collection management/support * Environmental permitting support * Mitigation planning and support * Socioeconomic analysis including Community Impact Studies and Environmental Justice Analyses * Noise impact studies/modeling/monitoring (land and in-water) * Noise analysis and the use of military aviation simulation model (NASMOD) * Military Base Development Requirements to include Encroachment Action Plans for shore installations and at-sea operations and facility requirements analyses * Range analysis to include documentation in support of Range Sustainability Environmental Program Assessments (RSEPA), Water RSEPA, Operational Range Clearance (ORC), Range Condition management Plans (RCMPs) * Range containment modeling * Fate and transport modeling and analysis * Soil, sediment and water sampling * Water quality studies to include chemical and physical analysis of dredge material and bioassays; * Toxic and hazardous waste studies (including Military Expended Materials) * Health risk and toxicology analysis * Storm Water Management studies * Total Ownership Cost (TOC) or life cycle cost analysis * Climate change and resiliency studies * Greenhouse gas accounting and analysis * Glint and glare modeling and analysis * Hydrology and erosion studies * Construction feasibility studies including slope, terrain, soils, watersheds, and seismic hazards * Renewable energy feasibility studies * Utility capability assessments and feasibility studies (electric, gas, sewer, and water) to support design plans * Air Installation Compatibility Use Zone (AICUZ) studies * Range Air Installation Compatibility Use Zone (RAICUZ) studies * Safety analyses (Surface Danger Zones, Impact Zones, Accident Potential Zones, Clear Zones, and Danger Zones) * Integrated Natural Resource Management Plans (INRMPs) and INRMP updates * Integrated Cultural Resource Management Plans (ICRMPs) and ICRMP updates * Modeling to determine tidal or sea-level rise impacts to shore lines and structures * Geospatial analysis and map generation in accordance with current guidance. * Estimates of dredge and fill sediment volumes * Hazardous waste reporting and analysis (i.e. EPCRA) * Land Use Compatibility plans * Development of water and air quality management requirements * Construction design plans * Traffic and transportation analysis, studies, and roadway designs * Public involvement and outreach support * Public participation planning and implementation * Translation services for CATEX/EA/EIS and Public Notices * Environmental Condition of Property (ECP) * Literature reviews * Watershed planning * Installation master plans Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy's decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm's capability of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: 1. Full name and address of the firm 2. Office location(s) 3. Name of two principals (include title, telephone number and email address) 4. Indication of System for Award Management (SAM) registration include Unique Entity ID Number (UEIN) and CAGE Code 5. Provide information that illustrates your qualifications for this proposed contract. It is requested that interested firms submit a brief SOC to demonstrate the ability to meet and execute the requirements as set forth below. The SOC must be complete and sufficiently detailed to allow for a determination the firm's qualifications to perform the defined work. The Government will evaluate sources' capabilities based on the following: List up to five projects performed within the last five years that demonstrate this experience. Provide information on experience of key personnel showing experience in providing listed services. Provide the following information for each project listed: a. Contract number and project title b. Name of Contracting Activity c. Administrative Contracting Officer's name, current telephone number d. Contracting Officer's Technical Representative or primary point of contact name and current telephone number e. Contract type (e.g. cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination) f. Period of performance (start and completion date) g. Basic contract award amount and final contract value h. Summary of contract work that demonstrates your firms capability in the areas identified in this sources sought i. If award fee or award term incentivized, average performance rating received 6. Professional qualifications and capabilities of the staff to be assigned to the resulting contract; include experience within the past five years in the types of work addressed above. Firms will be evaluated in terms of their staff's active professional registration, role expected to play in this contract, and roles played in the projects addressed in item 1 above. 7. Provide a brief description on the management plan for this contract; in particular, illustrate management's approach/plan for managing multiple concurrent task orders for this contract and personnel roles in the organization. 8. If you are considering entering into a teaming arrangement, provide the name of all teaming partners and the anticipated type of teaming arrangements, address the specific services each member will provide, include applicable professional qualifications and experience for each member and to what extent your firm has worked with proposed subcontractors in the past. 9. Statement as to your ability to perform the work within the Continental United States (CONUS), outside the Continental United States (OCONUS) or both CONUS and OCONUS. It is requested that interested firms submit a brief SOC to demonstrate the ability to meet and execute the requirements as set forth above. The SOC must be complete and sufficiently detailed to allow for a determination the firm's qualifications to perform the defined work. Responses are due on Wednesday, June 26, 2023, by 2:00 PM EST. The package shall be sent electronically to nicole.smith100.civ@us.navy.mil. Questions or comments regarding this notice may be addressed to Nicole Smith either by e-mail nicole.smith100.civ@us.navy.mil or by telephone (757) 322-4649. The Government will not provide a debriefing on the results of this notice. All information submitted will be held in confidential manner and will only be used for the purpose intended. The method of Contractor Selection has not been Determined at this time.

Conceptual

Military

$50,000,000.00

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

2 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
152
Active Projects
71
Bidding Soon
1,331
All Active Projects
603
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 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.

December 26, 2023

December 25, 2024

img_map_placeholder

Multiple Locations, Norfolk, VA


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.