News

CтАУIndefinite Delivery Indefinite Quantity (IDIQ) Contract for licensed architectural, multi-disciplined engineering and design (A-E) services for various project types.

Type of document: Contract Notice
Country: United States

CтАУIndefinite Delivery Indefinite Quantity (IDIQ) Contract for licensed architectural, multi-disciplined engineering and design (A-E) services for various project types.

Agency:
Department of the Navy

Official Address:
N33191 NAVFAC EURAFSWA PSC 817 Box 51 FPO AE Naples,

Zip Code:
09622

Contact:
Cynthia Mafara 39-081-568-5795 and Steve Guzman 39-081-568-5763

Link:

Date Posted:
27/03/2019

Classification:
C

Contract Description:
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. CURRENTLY THERE IS NOT A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE. The solicitation number will be announced in the formal pre-solicitation notice published herein at a later date. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of various members of the business communities. As this requirement is performed wholly outside of the continental United States, any acquisition will be solicited on an unrestricted basis.
The Naval Facilities Engineering Command Europe Africa Southwest Asia (NAVFAC EURAFSWA) is seeking potential sources for a single IDIQ Contract for licensed architectural, multi-disciplined engineering and design (A-E) services for various project types at Department of Defense (DoD) and non-DoD activities located throughout the NAVFAC EURAFSWA AOR.
Contract award date is anticipated by 2Q2020. The scope of work is included below and contains a PDF form that will need to be filled out with requested information.
Required architect and engineering services for new construction, renovation/alteration, repair, and maintenance projects in the NAVFAC EURAFSWA Area of Responsibility (AOR). Work is primarily for preparation of Design-Build Request for Proposals (RFPs), Design-Bid-Build fully designed drawings and specifications, studies for renovation or alteration of existing facilities or construction of new facilities, and abbreviated descriptions of performance requirements and development of budget estimates. A sampling of projects may include: Residential я┐╜я┐╜я┐╜ Barracks (Hotels, Apartments); Family Housing Lodges (Motels); Commercial/Office я┐╜я┐╜я┐╜ Exchanges (Light Commercial); Commissaries (Super Markets); Administration Buildings; Fire Stations; Communication Centers; Chapels (Churches); Clubs; Recreation Facilities (Playing Fields, Auto Shops, Hobby Shops, Youth Centers, Gymnasiums); Institutional (Schools, Child Development Centers, Kindergartens); Dining Facilities, Training Facilities, Hospitals; Industrial Repair Facilities, Hangars, Warehouses, Expeditious Contingency Structures (K-Spans, Sprung, SEAHUTS, pre-engineered buildings); Helicopter Pads, Taxiways, Runways, Utility Systems (Water Steam, Sewer, Gas, Electric, Communication, etc.); and Ship Berthing Areas (Piers, Ramps, Wharfs).
Additional tasks may include: lighting and electrical power distribution, transformation, and frequency conversion; HVAC and control systems; planning studies; consultation on technical issues; storm drainage systems; water supply and sewage systems, soils grading; roads/parking lots; interior and exterior lighting systems; designs for fire protection and suppression systems; anti-terrorism force protection and blast analysis; asbestos/lead abatement and disposal of hazardous materials. During the performance of this contract, hazardous materials/waste assessments or surveys may be required. Firms must also accept work that involves asbestos, lead based paint, PCBs, and other hazardous materials.
Firms must have familiarity with radon abatement foundation design and construction. Firms shall have familiarity with UXO requirements for host nations in AOR, specifically Italy.
Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, Design-Build RFPs, plans, specifications, cost estimates, related studies, surveying soil borings, hazardous materials identification, energy audits and associated computations, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), commissioning, and construction inspection and engineering consultation services during construction.
For projects in the AOR, the A-E will be expected to produce designs that fully comply with host nation requirements and will require a host nation compliance certification. Unexploded Ordnance Surveys (UXO Surveys) may be required on task orders within Italy. Offerorя┐╜я┐╜я┐╜s must comply with all Italian laws/ norms, using qualified personnel certified for the work being performed.
The DD Form 1391 documentation is prepared in the Navyя┐╜я┐╜я┐╜s Electronic Procurement 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 utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications, the SPECSINTACT program, and drawings in AutoCAD format. Firms will also be required to provide documents in PDF format. Most projects require design in the metric system.
As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant. Also, in accordance with UFC 3-120-10, the services of a practicing, certified or registered interior designer will be required for this contract. The Government will reserve an option to negotiate Design-Build Request for Proposals (RFP), final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects.
This A-E IDIQ Contract is required to be awarded to an A-E firm.
Joint Ventures (JV) between U.S. Firm and other are allowed. The award will not be restricted to Small Businesses. The duration of the proposed contract will be a base period of one year with four (4) option periods of one year each. The guaranteed minimum is established at $10,000 for the entire contract term (including option years). The combined total amount that may be paid under the contracts (including option years) will not exceed $45,000,000 for the entire contract term. There will be a $10,000,000 dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made.
This is not a request for proposal and no solicitation is available at this time.
The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information in response to this sources sought notice. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources.
Submit your capability statement to include: A) Company name, address, primary point of contact and phone number, company DUNS number and Cage/NCAGE code, B) Positive assertion indicating registration is complete in the Department of Defense Central Contractor Registration (CCR) database located at
Responses must be submitted in electronic form and may be attached to an email addressed to Cynthia.mafara@eu.navy.mil with a copy to steven.guzman@eu.navy.mil.
Responses shall be on attached PDF form. RESPONSES MUST BE IN ENGLISH.

The due date for responses is April 17, 2019. Please identify in the subject line of your response N3319119R0813 AE IDIQ AOR Wide. Any questions may be submitted via email to cynthia.mafara@eu.navy.milwith a copy to steven.guzman@eu.navy.mil.
In addition to the qualifications cited above, please ensure that the PDF form is filled out with requested information.

Response Date:
041719

Sol Number:
N3319119R0813

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy