IDIQ ARCHITECT AND ENGINEERING SERVICES CONTRACT FOR WATERFRONT–SMALL PROJECTS NAVFAC MID-ATLANTIC HAMPTON ROADS AOR

Agency:
State: Virginia
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159794055300226
Posted Date: Feb 8, 2024
Due Date: Feb 22, 2024
Source: Members Only
Follow
IDIQ ARCHITECT AND ENGINEERING SERVICES CONTRACT FOR WATERFRONT–SMALL PROJECTS NAVFAC MID-ATLANTIC HAMPTON ROADS AOR
Active
Contract Opportunity
Notice ID
N4008524R2581
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 MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 08, 2024 10:24 am EST
  • Original Response Date: Feb 22, 2024 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Norfolk , VA 23511
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR INVITATION FOR BIDS. THE NOTICE DOES NOT COMMIT THE GOVERNMENT TO ISSUE ANY TYPE OF SOLICITATION OR AWARD AN ULTIMATE CONTRACT.



THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. THE NOTICE DOES NOT RESTRICT THE GOVERNMENT FROM A PARTICULAR ACQUISITION APPROACH.



AS A RESULT OF THIS NOTICE, THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES.



The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, and Economically Disadvantaged Women-Owned Small Businesses/Women-Owned Small Businesses. They must be capable of performing services for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Small Waterfront Projects. Work under the contract is anticipated to occur for support of projects in the NAVFAC MID-ATLANTIC Area of Responsibility (AOR) primarily in the Hampton Roads AOR. However, work may be ordered throughout the entire NAVFAC MIDLANT AOR.



The intention of the potential solicitation is to obtain Architect and Engineering services as required for construction, repair, replacement, demolition, alteration, and improvements, for small Waterfront projects. These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6.



The duration of this IDIQ contract will be for five-year ordering period, not to exceed 60 months. The total fee for the contract term shall not exceed $95,000,000 for the life of the contract.



All Small Businesses, certified 8(a), HUBZone, Service-Disabled Veteran-Owned, and Women-Owned Small Businesses are encouraged to respond. Upon review of industry response to the 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. This office anticipates award of a contract for these services around November 2025. The primary North American Industry Classification System (NAICS) Code for this procurement is 541330 – Engineering Services and the annual size standard is $25,500,000.



The Small Waterfront Architect and Engineering Services expected under this contract may include planning, design, and construction services. Comprehensive AE services are required for, renovation, rehabilitation, and repair of small waterfront projects. Projects may include supporting services for single or multiple disciplines, including, but not limited to, structural, ocean, naval, civil, mechanical, electrical, architectural, environmental, fire protection, security, cost estimating, and geotechnical.



The types of waterfront facilities may include: piers; breakwaters; bulkheads; coastal & shoreline protection; craft berthing & mooring (marinas); crane rail systems; docks; dredging; dry docks; fender systems; harbors; jetties; piers; ports; quay (pronounced “key”) walls; seawalls; waterfront utilities; and wharfs.



Utilities may include steam; low and high pressure compressed air; fresh water; salt water; pure water; sanitary sewer; oily waste water collection; fuel; high voltage to low voltage electrical; fire protection and alarm systems; control systems; lighting; and communications (telephone, television, fiber optics, cyber security, SCADA, and local area network).



Work may also include, AE design and engineering services for projects ancillary to waterfront projects, such as: buildings; roads; parking areas; railroads; bridges; culverts; foundations; retaining walls; underground structures, etc. Engineering services may include engineering investigations, failure investigation with destructive and non-destructive testing; seismic evaluation and retrofit; progressive collapse analysis; blast resistant design; civil engineering, survey; and engineering studies.



A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials. Asbestos and/or lead-based paint assessments may be required on this contract to determine the presence of hazardous material during removals/demolition or at utility points of connections. Work in confined spaces may be required on this contract, including work on and under waterfront structures, and work requiring staging and use of barges and cranes.



THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice is a market research tool used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought Notice.



SUBMISSION REQUIREMENTS: It is requested that interested small businesses submit to the Contracting Office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12-point font minimum including document searchable bookmarks) demonstrating your ability to perform the requested services. Please use the attached Project Information Form for each project submitted demonstrating the requisite experience.



The Sources Sought Project Information Form shall be used to document a minimum of three (3) and up to a maximum of five (5) relevant Waterfront projects completed in the past seven (7) years that best demonstrate your experience on projects that are similar in size, scope and complexity to the projects proposed for this IDIQ. This documentation shall address, at a minimum, the following:



1. Relevant Experience: Relevant Experience to include design and engineering services in performing efforts of similar scope and complexity within the last seven (7) years, including contract number, indication of whether the services were performed as a prime or subcontractor, contract value, customer point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein. The projects submitted to demonstrate relevant experience shall include the following attributes:



A) Size: Design of a construction project with a final construction cost of $500,000 or greater. At least one (1) project must have a final construction cost of $5,000,000 or greater.



B) Scope/Complexity: Projects, cumulatively and collectively, shall demonstrate specialized design experience in projects similar to those anticipated under this contract:



1) Designing waterfront projects in accordance with DoD, Navy, Army, and Air Force or other Government agencies’ criteria,





2) Structural designs and evaluations for coastal/waterfront structures utilizing the following criteria, including the Department of Defense (DoD) United Facilities Criteria (UFC) and the U.S. Army Corps of Engineers Engineering Manual (EM) 1110-2 “Coastal Engineering Manual,” and,



3) Demonstrated experience designing multiple waterfront facility types including; piers; breakwaters; bulkheads; coastal & shoreline protection; craft berthing & mooring (marinas); crane rail systems; docks; dredging; dry docks; fender systems; harbors; jetties; piers; ports; quay (pronounced “key”) walls; seawalls; waterfront utilities; and/or wharfs.



Note: – Projects submitted that only include utilities and horizontal or civil site work will NOT be considered relevant.



Characteristics: Additionally, submitted relevant projects shall demonstrate the following characteristics:



1) Offerors shall have acted as the Designer of Record (DOR) and Prime Design Contractor on submitted projects;



2) Experience with designing at least three different types of waterfront elements (Piers, wharfs, dry docks, crane rail systems, fender systems etc.)



3) Experience with the preparation of a solicitation package for Design-Build Request for Proposal (DB-RFP) (at least one (1) project); and



4) Experience with the preparation of a solicitation package for Design-Bid-Build/full design (at least one (1) project).



5) Experience with both new construction (at least one (1) project) and experience with renovation and repairs of relevant waterfront facilities (at least one (1) project)



Offeror’s experience performing as a subcontractor will not be considered (except as required by SBA regulations), nor will experience of companies proposed to work as subcontractors on the resulting solicitation/contract.



Ensure that the project description clearly identifies whether or not the project is new construction or renovation, provides the final construction cost, and addresses how the project meets the scope/complexity requirements.



NOTE 1: Project examples with only inspection and condition assessment effort, and associated report, do NOT demonstrate specialized waterfront experience, and will NOT be considered. Clearly define the professional service role in relationship to the owner. Specifically for Design-Build projects, whether sub-contractor for Prime construction contractor or Prime on Design-Build in role of Designer of Record (DOR) or if Design-Build Preparer. Only experience where firm prepares the design-build RFP package will be relevant.



NOTE 2: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects must be submitted for each joint venture partner, not to exceed a total of five (5) projects. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion.



NOTE 3: For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated.



2. Workload and Availability: The ability of potential offerors to manage their firm’s present workload and availability of their project teams (including sub-contractors) for the specified contract performance period. Potential offerors 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. Typical task orders issued under this contract are expected to range between $500,000 and $5,000,000. Historically, the yearly projected workload can yield up to 10 task orders ranging from, full design effort, planning, and post construction award services. Project programs typically supporting this contract are Special Projects and Military Construction Programs. Firms must comply with FAR 52.219-14, Limitations on Subcontracting.



A company profile shall also be included utilizing the attached Contractor Information Form. This will include the number of employees, office locations(s), UEI, CAGE Code, and statement regarding small business designation and status.



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. Points of contact listed may be contacted for the purpose of verifying performance.



RESPONSES ARE DUE NLT 22 February 2024 at 2:00 PM (EST). LATE SUBMISSIONS MAY NOT BE ACCEPTED.



The package shall be sent via electronic mail to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil with the subject referencing solicitation number N4008524R2581.



Attachments are limited to a total of 5MB.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 08, 2024 10:24 am ESTSources 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 >