Architecture Engineering (AE), Indefinite Delivery Indefinite Quantity (IDIQ) Mechanical, Electrical, Plumbing (MEP), and Fire-Protection(FP) Services at various locations within NAVFAC Washington’s Area of Responsibility

Agency: DEPT OF DEFENSE
State: District of Columbia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159630592496524
Posted Date: Aug 23, 2023
Due Date: Sep 13, 2023
Solicitation No: N4008023R2186
Source: Members Only
Follow
Architecture Engineering (AE), Indefinite Delivery Indefinite Quantity (IDIQ) Mechanical, Electrical, Plumbing (MEP), and Fire-Protection(FP) Services at various locations within NAVFAC Washington’s Area of Responsibility
Active
Contract Opportunity
Notice ID
N4008023R2186
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC WASHINGTON
Office
NAV FAC ENGINEERING CMD WASHINGTON
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 23, 2023 05:54 pm EDT
  • Original Response Date: Sep 13, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Washington Navy Yard , DC
    USA
Description

NOTICE TYPE: SOURCES SOUGHT

Notice ID: N4008023R2186

Agency: NAVFAC WASHINGTON

Response Date: 13 September 2023 @1400 EST

Synopsis Date: 23 August 2023

NAICS Code: 541330 Engineering Services



This is a Sources Sought Notice. This notice does not constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes, and to determine whether to set-aside this requirement for small business concerns including firms certified as U.S. Small Business Administration (SBA) 8(a), HUB Zone, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Women Owned Small Businesses (WOSB) or Economically Disadvantaged Women Owned Small Businesses (EDWOSB) with current relevant qualifications, experience, personnel, and the capability to perform multidiscipline architect-engineering services in support of projects at Military Installations at Various Locations Within NAVFAC Washington’s area of responsibility locating within Washington DC, VA and MD. TELEPHONIC SUBMISSIONS AND QUESTIONS WILL NOT BE ENTERTAINED AS THIS IS A SOURCES SOUGHT NOTICE ONLY.





NAVFAC Washington intends to award one stand-alone Indefinite Delivery/Indefinite Quantity (IDIQ) Architect-Engineering (A/E) contract. The estimated maximum contract value is $50,000,000. The proposed contract will be for one (1) base year with four (4) one year options period.





Work associated with this IDIQ Contract includes A/E services for Miscellaneous Mechanical, Electrical, Plumbing and Fire-Protection Engineering Services that may be required under this contract include:






  • Services, such as technical reports and studies, site investigations, programming, concepts, contract documents - drawings, specifications; Design services may also include, design and engineering concepts, contract documents, construction cost estimates, surveys, shop drawing reviews, construction consultation and inspection, and preparation of construction record drawings. O&M / eOMSI manuals and similar types of work may be required.






  • Projects fund sources will be through a variety of sources, including MILCON, SRM, and O+M fund types. Specific types of projects may include energy renewal-type projects (e.g. ERCPs), commissioning, re-commissioning or retro-commissioning, energy modeling, life-cycle cost analyses, energy audits, development of eROI scorecards, and evaluation of potential energy-focused projects.






  • Work may include the following type of structures -- single or multi-story, high bay, masonry, concrete, steel, wood and pre-engineered facilities. Work may include complex infrastructure systems such as Operation Facilities, Waste/ Water Treatment Facilitates, Utility Systems, and or communications (telecom, cybersecurity design, etc.)






  • The type of work primarily includes design and engineering services for new construction, major repairs, renovations, and alterations for projects with a construction cost ranging from $5 to $50 million, with the potential for larger projects, and may include projects that are large in size and /or technically complex. It is anticipated that work associated with this Contract will include the designs and studies for predominantly facility repair and renovation type projects, however some work may include new facility and addition type projects.






  • Potential mechanical projects include water and air-cooled cooled chillers, cooling towers, boilers, steam distribution, medium voltage electrical work, piping systems (fuel, natural gas, high temperature water, domestic water, compressed air, vacuum, medical gas, storm water, sanitary/waste/vent, etc.), exterior above & underground heat distribution systems, boiler plants, waste systems-facilities, heating, ventilation, and air conditioning systems, and energy management & direct digital control (DDC) systems.






  • Potential fire protection projects include, designing and replacing fire suppression/ fire alarm systems, performing studies of existing fire and life safety conditions, commissioning and inspections. Fire suppression systems may include: foam systems, clean agent systems, fire detection and releasing systems, sprinklers, fire pumps, water storage tanks, fire control panels, mass notification systems, and more. All services must be performed by a licensed FPE with (5) years of experience.






  • Any other mechanical and electrical projects will require the same basic professional skills. Note that much of the much of the work at Public Works Department, North Potomac at their Bethesda MD installation will be hospital related.






  • Potential electrical projects include exterior overhead and underground distribution, high, medium, low voltage substations, switchgear and relaying, interior electric power distribution systems, emergency power systems, uninterruptible power supply (UPS) systems, 400 Hz medium and low voltage power distribution systems and equipment, roadway, street, parking, and protective area lighting systems, and lightning protection, grounding and cathodic protection systems.






  • Related work may include security, communication, life safety and fire protection, general site improvements, and facility infrastructure support.






  • The contract will require the A-E to utilize NAVFAC’s design and construction electronic construction management system(s), entitled eCMS, on projects for all data and documents throughout the life of the design and construction contract.






  • Familiarity with associated DoD Anti-Terrorism/Force Protection (AT/FP), secure construction and Cybersecurity requirements are required -- SCIF buildings, renovated buildings that incorporate progressive collapse design, Intrusion Detection Systems (IDS) and related features, in accordance with NAVY/DoD related criteria.






  • Familiarity with sustainable design through an integrated design approach, demonstrated knowledge and experience applying Guiding principles, and third-party certification for sustainability projects is required.






  • Interior design services, including design, specification, procurement and installation management services for both space planning and interior furniture systems may be required, including familiarity with mandatory sources of procurement, i.e., Federal Prison Industries (FPI), GSA schedules, etc. is required.






  • The preparation of comprehensive storm water management plans for the State of Maryland, Commonwealth of Virginia and Washington DC may be required.






  • Coordination with the various regulatory agencies in the Washington metropolitan area will be required, including submittals preparation, presentation and approvals with the National Capital Planning Commission, the corresponding State Historic Preservation Offices (SHPO) in DC, Maryland and Virginia, the U.S. Commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission.






  • The possibility of hazardous materials, i.e. asbestos, lead paint, PCB, mercury, etc. may exist at various project sites. If hazardous materials are suspected or encountered, the A-E will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. Possessing all hazardous materials licenses and/or accreditations necessary for the locality of the potential project sites will be a contract requirement. All hazardous materials licenses and/or accreditations necessary for the locality of the project sites are required by the A/E firm or their subcontractors. The general intention is to provide for such design and engineering services as necessary to support the procurement of these contracts.






  • Work may also be associated with other NAVFAC Atlantic sites.





This notice does not constitute a Request for Proposal. It is not to be construed as a commitment by the Government for any purpose other than market research and is not restricted to a particular acquisition approach. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. Respondents will not be notified of the evaluation and any information submitted by respondents to this notice is strictly voluntary.



The Procurement Method will be in accordance 40 USC Chapter 11, Selection of Architects and Engineers.



The applicable North American Industry Classification System (NAICS) code is 541330 (Engineering Services) with a small business size standard of $15 million.





It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following:






  1. Company Profile: Company profile to include number of employees, annual receipts, number of offices and office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status.





2. Type of Business: Identify whether your firm is a SBA certified 8(a), SBA certified HUB Zone, SDVOSB, SBA certified WOSB, and/or SBA Certified EDWOSB concern. For more information on the definitions or requirements for these small business programs, refer to http://www.sba.gov/.





3. Experience: Submit a maximum of three (3) 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 company’s ability to demonstrate existing, or developed, expertise and experience in relation to this contract.





Interested firms responding to this Sources Sought shall only submit information using a Sources Sought Notice Contractor Information Form (Attachment 1) and the Sources Sought Notice Project Information Form (Attachment 2), each provided as separate attachments to this notice.





Responses to this Sources Sought announcement are due no later than 2:00 p.m. EST, September 13, 2023. Responses should be sent to the following Mailing Address:





The package shall be sent electronically to Tracey Stephens, at tracey.y.stephens.civ@us.navy.mil and Damila Adams, at damila.a.adams.civ@us.navy.mil. Questions or comments regarding this notice may be addressed to Contract Specialist either by e-mail tracey.y.stephens.civ@us.navy.mil.



Large business submittals will not be considered. This Sources Sought is solely for small business concerns.



LATE SUBMISSIONS WILL NOT BE ACCEPTED.


Attachments/Links
Contact Information
Contracting Office Address
  • 1314 HARWOOD STREET SE
  • WASHINGTON NAVY YARD , DC 20374-5018
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 23, 2023 05:54 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >