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.

INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) ARCHITECT-ENGINEER (AE) SERVICES FOR VARIOUS PROJECTS LOCATED PRIMARILY IN THE NORTHEAST REGION OF THE CONTINENTAL UNITED STATES (CONUS) IN SUPPORT OF THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM (SIOP) AND OTHER PROGRAMS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND (NAVFAC), ATLANTIC. Solicitation No: N6247024R0051 Issue Date: 14 November 2023 Response Date: 13 December 2023, 2:00PM EST Attachments: 1. Capabilities Questionnaire 2. Sources Sought - Project Information Form This is a Sources Sought notice, a market survey for information to be used for preliminary planning purposes. The information received will be used within Naval Facilities Engineering Systems Command (NAVFAC) Atlantic to facilitate the decision making process. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS REQUEST. This Sources Sought notice is being used as a market research tool to determine the availability and adequacy of potential qualified small business sources prior to determining the method of acquisition and issuance of a request for proposal/solicitation. The Government reserves the right to cancel this acquisition at any time. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. NAVFAC Atlantic is seeking to identify potential qualified Small Businesses, 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) with current and relevant qualifications, experience, personnel, and the capability to perform multidiscipline AE services in support of the Shipyard Infrastructure Optimization Program (SIOP) and other projects at locations under the cognizance of Naval Facilities Engineering Systems Command Atlantic (NAVFAC LANT), but may also include work worldwide. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. After review of the responses submitted, a solicitation announcement will be published in the Sam.gov website if the Government intends to continue with the procurement. The NAICS code for this proposed procurement is 541330 (small business size standard is $25.5 million). The procurement method will be in accordance with 40 USC, Chapter 11, Selection of Architects and Engineers. If a solicitation is issued, the solicitation will consist of a base period and four (4) one-year options totaling five (5) years of performance. The anticipated total work to be issued over the life of the contract via task orders (base year plus four one-year options) shall not exceed the estimated maximum amount of $150 million. The Government intends to award one Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services for various projects located primarily in the Northeast region of the CONUS in support of the Shipyard Infrastructure Optimization Program (SIOP) and other programs at locations under the cognizance of Naval Facilities Engineering Systems Command Atlantic (NAVFAC LANT), but may also include work worldwide. The successful firms to any forthcoming solicitation shall provide all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed below. The type of design and engineering services expected to be performed under this contract are primarily specific to the geology and construction methods of the Northeast region and include, but are not limited to, the execution and delivery of Military Construction (MILCON) project documentation (DD Form 1391); 1391 Charrettes; Design Charrettes, Design-Build (DB) Request for Proposal (RFP); Design-Bid-Build (DBB) Design contract documents; technical surveys and reports including concept and engineering studies, engineering modeling, site engineering investigations, topographic surveys, geotechnical investigations, hazardous material surveys, munitions of explosive concern (MEC) surveys, hydrographic surveys, and others; construction cost estimates; Collateral Equipment (CEQ) Buy Packages; Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF&E); Post Construction Award Services (PCAS), program management services, and criteria development and updates (United Facilities Criteria (UFC) and United Facilities Guide Specifications (UFGS) updates/consultation) for facilities located primarily in the Northeast region of the CONUS. While not being evaluated on projects located outside of the region of interest, the contractor may also, on occasion, be tasked to provide services described herein to any NAVFAC Command, any DOD activity, or other Federal agency activities in any geographic location worldwide. The DD Form 1391 documentation is prepared in the Navy's Electronic Project Generator (EPG) and includes cost valuation surveying, concept sketches, and site sketches with utility points of connections; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prepare cost estimates using MII software (Micro- Computer Aided Cost Estimating System) in the NAVFAC Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, and drawings in BIM/AutoCAD format. Firms will also be required to provide documents in PDF format. OCONUS projects require design in the metric system. The contract requires that the selected firms have on-line access to E-mail via the Internet for routine exchange of correspondence. It is requested that interested parties submit a Statement of Capabilities (SOC) package. The SOC package will determine the feasibility and/or basis for the Government's decision to proceed with acquisition. This SOC package shall address, at a minimum, the following: 1. Company Profile and Type of Business - Provide information in Attachment 1. 2. Experience - Submit a maximum of five projects worked within the past ten years of similar size, scope, and complexity as the work indicated. Use Sources Sought - Project Information Form (Attachment 2) for each project submitted. 3. The ability of potential Firms to manage their Firm's present workload and availability of their project teams (including consultants) for the specified contract performance period. Potential firms are requested to describe the workload/availability of their key personnel during the anticipated contract performance period and the ability of their Firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. 4. List the locations in the Northeast region where your firm has experience performing work. 5. Limitations on Subcontracting: 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. For other than bundled requirements, you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under applicable NAICS code (see 13 CFR 121.103(h)(3)). If the procurement is ultimately set aside for small businesses, the small business prime will be required to comply with FAR 52.219-14, which states that it will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Firms will be evaluated on relevant experience in performance of services similar to those anticipated under this contract. Relevant projects include new construction, repair or alteration of waterfront facilities such as dry docks, piers, wharves, and buildings that may include industrial facilities, maintenance and/or repair facilities, warehouses, buildings and infrastructure. New construction projects shall be $75 million or more in construction value per project and completed within the past 10 years immediately preceding the date of issuance of this notice. Repair/alteration projects shall be $20 million or more in construction value per project and completed within the past 10 years immediately preceding the date of issuance of this notice. Do not submit an IDIQ contract as an example project. The Government will evaluate based on experience in: Execution of DD1391 or similar project programming documents Facilitating DD1391/design charrettes Development of DB Request for Proposal solicitation documentation Development of DBB design contract documents Waterfront and Shipyard engineering studies. Submission of more variety in the types of facilities for recent specialized experience. Projects located within the Northeast region of the CONUS, particularly at any private or Navy-owned shipyards, with a preference toward Navy-owned shipyards. Submission of large multi-discipline projects with construction value greater than $75 million. It is requested that interested firms submit a brief capabilities package and responses to Attachment 1: Capabilities Questionnaire to demonstrate the ability to meet and execute the requirements as set forth above. The capabilities package must be complete and sufficiently detailed to allow for a determination the firm's qualifications to perform the defined work. The Statement of Capabilities must be on 8 1/2 by 11-inch standard paper, single spaced, Times New Roman, 12 point font minimum and is limited to eight (8) single-sided pages (including all additional attachments). Attachment 1: Capabilities Questionnaire is not included in the page limitation. Responses to this Sources Sought announcement are due no later than Wednesday, 13 December 2023, by 2:00 PM EST. The package shall be sent electronically to Stephanie Wray, at email address Stephanie.L.Wray2.civ@us.navy.mil. Questions or comments regarding this notice may be addressed to Stephanie Wray either by e-mail Stephanie.L.Wray2.civ@us.navy.mil or by telephone (757) 322-8172. Large business submittals will not be considered. This Sources Sought is solely for small business concerns. LATE RESPONSES WILL NOT BE ACCEPTED. 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

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

3

Subscribe For Documents

3 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
167
Active Projects
73
Bidding Soon
1,311
All Active Projects
569
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.

June 13, 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.