Architecture Engineering (AE), Indefinite Delivery/Indefinite Quantity (IDIQ) Design Services for the Naval Surface Warfare Center Philadelphia Division (NSWCPD) (Соединенные Штаты Америки - Тендер #47262793) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 47262793 Дата публикации: 18-10-2023 Источник тендера: Государственные закупки США |
||
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.
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.
The Naval Surface Warfare Center-Philadelphia Division (NSWCPD) is seeking eligible business firms capable of performing various services.
The intent is to award one stand-alone Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) Architect-Engineering (A/E) contract with an estimated maximum contract value of $4,000,000. The contract duration is estimated at a five (5) year period. The contract shall provide for award of individual firm fixed price task orders with an estimated cost range is between $2,000.00 and $4,000,000. To the accomplishment of construction projects that will primarily consist of general building type projects (various maintenance, repair, alteration, renovation, minor construction projects and site restoration of operations) at all NSWCPD activities.
Project Locations: Projects located primarily in Philadelphia, Pennsylvania, at the Philadelphia Navy Yard (also known as the Philadelphia Naval Business Center (PNBC)) for NSWCPD, but may also include services for other locations within a fifty- (50-) mile radius of the Philadelphia Navy Yard. NSWCPD occupies and maintains approximately fifteen (15) buildings totaling about 1.4-million gross square feet.
The Contractor shall support NSWCPD site and facility efforts in the following areas:
a. Graphics Design Support,
b. Conceptual Design Support,
c. Preliminary Design Support,
d. Detailed Design Support,
e. Outfitting, Installation, Test, and Evaluation Design Support regarding building systems,
f. Design Logistics Documentation Support,
g. Design Environmental Impact Support,
h. Design Administrative Tracking Support,
i. Professional Engineering Stamp and Licensed Professional Engineer Support, and
j. Design Program Support.
SCOPE OF SERVICES
The A-E firm shall provide all labor and materials to provide comprehensive Architectural-Engineering (A-E) services required for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of military and other governmental facilities. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, environmental, fuel storage and transportation facilities, fire protection, instrumentation and controls, and interior design. All such support shall be accomplished in strict accordance with all applicable Navy and local instructions, processes, and procedures. Architectural and engineering requirements will be identified in each individual Task Orders.
A‐E services that may be required include:
a. host periodic progress meetings in a communications means and interval as approved by the TPOC;
b. author and send out a meeting agenda to stakeholders electronically prior to the meeting; and
c. author and send out meeting minutes electronically to stakeholders that include an action-item list, revising based on stakeholder feedback.
a. DD Form 1391 Document, Military Construction Project Data;
b. Studies/Engineering Investigations;
c. Performance of Post-Award Construction Services (PCAS); and
d. Preparation of Operation and Maintenance Support Information (OMSI) for NSWCPD In-House prepared design-bid-build (DBB) projects.
- Drawings/Plans;
- Specifications; and
- Cost Estimate.
- Cost Estimate;
- Basis of Design;
- Studies/Reports;
- DD1391;
- Site Engineering Investigation (SEI);
- Utility Investigation;
- Preliminary Hazard Analysis (PHA);
- Comprehensive Interior Design (CID) – Structural Interior Design (SID), Furniture, Fixtures and Equipment (FF&E), and Collateral Equipment (CEQ);
- Collateral Equipment (CEQ) Buy Package;
- Construction Schedule;
- Environmental/Construction Permits;
- Storm-water Protection Report (Attachment 4);
- Sustainability & Energy Data Record Card;
- DD Form 1354 Preparation;
- Designer-to-NSWCPD Code 102 Report (Attachment 5);
- Designer-to-NSWCPD Code 102 Presentation (Attachment 6); and
- Bid Support.
- Topographic Survey Map/Data;
- Subsurface/Geotechnical Investigation;
- Geotechnical Evaluation/Report;
- Hydrographic Survey Map/Data;
- Hazardous Materials Survey Report and Drawings; and
- Site Environmental Testing and Remediation.
- Photographs;
- Color Boards; or
- Renderings.
This contract will utilize the R.S. Means Construction Cost Data for pricing of the work by the contractor and the Government.
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 541330 – Engineering Services, and the Small Business Size standard is $25,500,000.
This notice is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government’s best interest. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.
The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended.
It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following:
1. Company Profile (See Attachment 1_Contractor Information Form)
2. Experience: Submit a maximum of five (5) projects, with construction completed to the level of beneficial occupancy within the past five years, of similar size, scope and complexity as the work indicated. For each of the contract/project submitted for experience provide the title; location; whether you were a prime or subcontractor; award and completion dates; contract or subcontract value; type of work, scope of work; a brief description of how the referenced contract/project relates to the work described; and customer information including point of contact, phone number, and e-mail address. DO NOT submit basic contracts for IDIQ work, only the Task Orders issued to the basic contract.
The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the companys ability to demonstrate existing, or developed, expertise and experience in relation to this contract.
RESPONSES ARE DUE NLT 8 NOVEMBER 2023 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED.
The package shall be sent via electronic mail to David Rhoads at david.a.rhoads8.civ@us.navy.mil. Attachments are limited to a total of 5MB. Submittals will not be returned.