Maryland Bids > Bid Detail

Architect/Engineering (A-E) Services IDIQ Naval Surface Warfare Center Carderock Division (NSWCCD)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159307806256717
Posted Date: Jan 30, 2023
Due Date: Feb 3, 2023
Solicitation No: N00167-23-R-0006
Source: https://sam.gov/opp/aedf8f8139...
Follow
Architect/Engineering (A-E) Services IDIQ Naval Surface Warfare Center Carderock Division (NSWCCD)
Active
Contract Opportunity
Notice ID
N00167-23-R-0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NSWC CARDEROCK
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jan 30, 2023 03:26 pm EST
  • Original Published Date: Jan 11, 2023 01:33 pm EST
  • Updated Response Date: Feb 03, 2023 02:00 pm EST
  • Original Response Date: Jan 25, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 03, 2023
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Bethesda , MD 20817
    USA
Description

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-Carderock Division is seeking eligible small business firms capable of performing various services.



The intent is to award a Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) Contract with a total capacity of $4,000,000. The contract duration is estimated at a four (4) year base 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 NSWC Carderock activities including, but not limited to those listed in the attached notice.



SCOPE OF SERVICES



The A-E firm shall provide all labor and materials to provide facility planning and design services for new facilities/buildings/infrastructure and/or sustainment/renovation/modernization projects. The A-E services may include work in areas such as: planning studies; project programming documents (DD Form 1391 development); developing of requirements; preparing engineering evaluations ; project scope; unit guidance or parametric cost estimating; cost valuation surveying; development of alternatives and economic analysis; analysis of proposed sites for foundations; utilities; access; constraints and identification of environmental issues; concept and site sketches; recommendations on potential utilities impacts; sustainable features; and may require enhancement of previously prepared basic documentation. 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.






    1. A‐E services that may be required include:








  1. Facility planning and project development: Services may include work such as the following: Prepare master plans, project/site plans for proposed facility/infrastructure projects. Facility planning may be requested for renovation, addition, repair and new construction projects.

  2. Development of Design‐Bid‐ Build (DBB) packages: Services may include preparation of drawings and specifications for renovation, addition, repair or new construction projects. Design meetings with the government may be required in order to agree on design solution(s) that meet the government’s project requirements.

  3. Development of Design‐Build (DB) Request for Proposal (RFP) packages: Services may include working with a construction manager as part of a design-build team to prepare drawings and specifications for renovation, additions, repair or new construction projects. Design meetings with the government may be required in order to agree on design-build solution(s) that meet the government’s project requirements.

  4. Preparation of cost estimates using unit guidance and parametric cost estimating: Services may include preparing cost estimates for renovation, addition, repair and/or new construction projects based on prepared design documents.

  5. Development of alternatives and economic analysis: Service may include providing alternate design solutions and associated economic impacts for renovation, addition, repair or new construction projects.

  6. Condition assessment: Services may include performing studies of existing buildings and/or components of buildings to validate existing conditions that may then be used to inform future proposed design solutions. Site visits may be required to document existing facility/infrastructure conditions.

  7. Field investigations (including utility and geotechnical): Services may include conducting field surveys/investigations of existing sites, buildings or specific components of a building (i.e. HVAC or electrical systems) in order to document current status of a facility’s infrastructure. The results of any field investigations may then be used to assist with the preparation of design documents for a particular project.

  8. Surveying and mapping: Services may include surveying and/or mapping of existing or proposed sites for a new construction project or building addition. Survey work may be required in order to document existing site conditions to support site/civil design solutions.

  9. Preparation of engineering evaluations: Services may include performing engineering calculations to support civil, mechanical, electrical, plumbing or fire protection design solutions.

  10. Incorporation of sustainable engineering design practices: Services may include incorporation of design principles for renovation, addition, repair and/or new construction projects to support sustainable design solutions and/or LEED certification.

  11. Consultations: Services may include collaborating with other specialty design professionals to offer and propose design solutions required to respond to unique project requirements.

  12. Energy computations; Services may include preparation of energy calculations to verify proposed design solutions comply with required building codes, federal, state and/or local energy requirements.

  13. Soil borings: Services may include conducting soil boring testing in order to identify minimum design requirements for new construction projects or building additions.

  14. Obtaining permits and regulatory approvals: Services may include submitting design documents to local, state and/or federal jurisdictions for review and approval prior to proceeding with renovation/construction work.

  15. Environmental investigation and consultation: Services may include providing design services required to meet environmental/EPA regulations on facility/infrastructure projects and providing consultation(s)/collaboration with the government to discuss acceptable environmental design alternatives and solutions.

  16. Review of contractor submittals: Services may include review of project submittals (such as product data or product samples) in order to validate proposed materials/products comply with design drawings and/or specifications.

  17. Field consultation and inspection during construction: Services may include responding to contractor RFI’s during construction in order to address design questions that may arise during construction/renovation projects.

  18. Commissioning: Services may include supporting the commissioning process by attending commissioning meetings in order to validate engineered design solutions are incorporated into the project in accordance with design specifications.

  19. Operation and Maintenance Support Information (OMSI): Services may include providing the government with O&M documentation and training, where applicable, based on the final design solution and construction.

  20. As‐built drawing preparation: Services may include updating design documents including drawings and specifications to accurately reflect construction field changes and document final as-built construction/renovation projects.

  21. Functional Analysis Concept Development (FACD/design charrette/other design and construction related workshops and meetings: Services may require attendance at design meetings to collaborate with government representatives to consider design options and build consensus regarding preferred design solution(s).



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 $39,500,000. In accordance with FARS 36.204, the magnitude of construction for this project is between $1,000,000 and $5,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that “The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.”



It is requested that interested parties submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, provided as attachment A to this notice and a capability statement demonstrating their ability to perform the work as described above and complete. Responses are requested with the following information, which shall not exceed a total of five (5) pages.





(1) Offerors name, address, point of contact, phone number, and email address.





(2) Business size/classification, to include any designations.





Technical evaluation factors:



Factor 1 –Professional Qualifications:




  1. Factor 1, Subfactor a, Key Personnel Professional Qualifications: Resumes of qualified personnel should be presented in Section E of the SF 330 for the following Key Personnel: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, structural engineer, fire protection engineer (registered with evidence of successful completion of Fire Protection Examination), geotechnical engineer, land surveyor, historical preservation engineer, and environmental engineer, project manager, cost estimator, and scheduler. Registration or certification for all is encouraged and may be more favorably rated. All key personnel shall be shown on the organizational chart. No substitution of key personnel will be made without advance written approval of the Contracting Officer after he/she has reviewed the proposed replacement’s experience and qualifications record submitted by the firm with an explanation of the necessity for the change. Follow the contract substitution clause for replacement of individuals.



In Part 1, Section H (Additional Information), submit a matrix for the proposed design team that contains the following data about the member’s assignment: members name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: Bachelor of Science, mechanical engineering), state(s) of professional registration, number of years of professional experience, and number of years with the firm. Also, for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years.



In Part 1, Section E (Resumes of Key Personnel Proposed for the Contract), Block 19, Relevant Projects, sub-block(3) for the Specific Role, for each of the five Relevant Projects on the resume, include a detailed description of the specific services provided for the project demonstrating the key personnel experience, e.g. stating simply “Electrical Engineer” is not considered an acceptable description of services.






  1. Factor 1, Subfactor b, Firm’s Professional Qualifications: The firm or team must show the proposed team successes working together for the firm and the firm’s involvement working on those projects. The qualifications must demonstrate reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Firms shall provide qualifications that are relevant and recent to the A/E IDIQ Tasks described in this announcement Task Groups. List any awards received and industry recognition received.





Factor 2 - Specialized Experience and Technical Competence: Using the A/E IDIQ Tasks included in this request for SF330s, provide a description of five relevant, recent projects, with clients, for which the team members provided a significant technical contribution. Work on these projects must have been in the last five years (2017 – 2022). Indicate how each project is relevant to the A/E IDIQ Tasks described.





Factor 3 – Past Performance: in Part I, Section H, provide relevant and recent (the past five years, 2017 - 2022) Past Performance information for a minimum five examples for work related to the A/E IDIQ tasks listed in this request for SF330s. Include project name, location, initial design dollar funding limitation, final construction cost, and project point of contact with telephone number and email address. Projects shall have started design in 2017 to present; include current client contact information, design due date, actual design completion date and final cost estimate, the construction contract award amount (note whether bid or negotiated).





Factor 4 – Capacity: in Part I, Section H, Prime firm and sub consultants must demonstrate capacity to accomplish the work in the required time and the ability to adhere to schedules. The Prime A/E firm must demonstrate that it is able to provide A/E Services to a NSWC AOR in the Eastern Region.






  1. List current projects being designed in the firm’s office

  2. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates.

  3. The A/E shall provide details of all of its current work (public/private) including the duration of the contracts, and how it anticipates on taking on additional work required by CFM.





Factor 5 – Location: This factor considers Geographic Proximity. For the purpose of this A/E IDIQ base contract, successful firms shall be located in the United States and its territories.





(3) Past performance/experience must document a of minimum of one (1) and up to a maximum of three (3) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein. Project examples must range from $1,000,000 to $6,000,000.






  1. One (1) of the three (3) projects must also have occurred on a military installation. The past performance information should include:





1. Project title



2. Location



3. General description of the construction to demonstrate relevance to the proposed project



4. Offeror's role



5. Dollar value of contract



6. Performance timeliness



7. Name of the company, agency, or government entity for which the work was performed with contact information (reference name, phone number, and email address).



8. Offeror’s bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) should range from $500,000.00 to $4,000,000.00 single and $6,000,000.00 aggregate.





Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. All interested firms must be registered in SAM to be eligible for award of Government contracts.





Please note if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal, if requested.





A/E IDIQ Tasks




  1. 1. CODE REVIEW SERVICES



DESCRIPTION OF WORK: – Provide code consulting, assessment, evaluation, and inspection service utilizing experts skilled in appropriate technical areas necessary for the analysis and/or evaluation of building designs, existing facilities and/or necessary studies.



DELIVERABLES – To be determined on a case by case scenario but may include, but not limited to the following: The end product includes reports and data involving the investigation and evaluation of facilities inspected and/or provided materials.






  1. 2. PROGRAM FOR DESIGN



DESCRIPTION OF WORK: - Provide services for the preparation and/or review and analysis of a program for design that delineates the functional and physical parameters that define project specific requirements and constraints and address the client’s priorities. The program for design process may require revision if the project goals are changed.



DELIVERABLES – The final product will be the program for design submission and/or evaluation of reports, documents, cost estimates supporting the program for design prepared by the Contractor.






  1. 3. SCHEMATIC DESIGNS



DESCRIPTION OF WORK: – Provide all services for preparation, planning, evaluation, review, and recommendations for all architectural and engineering discipline calculations, specifications, reports, systems analyses, drawings, and cost estimates meeting the approved space program, and program for design. Services may include site visits to facilities.



DELIVERABLES – The schematic design submission shall meet all requirements.






  1. 4. DESIGN DEVELOPMENT (DD)



DESCRIPTION OF WORK: – The preparation of Design Development (DD) documents consisting of updated drawings, specifications, and supporting documents and calculations meeting the approved scope and space program. The DD’s will be developed from the approved schematic documents, and other guidance. Site visits to facilities and meetings may be required.



DELIVERABLES – The DD submission will meet all distribution requirements.






  1. 5. CONSTRUCTION DOCUMENTS (CD)



DESCRIPTION OF WORK: – The preparation of construction documents (CDs) consisting of complete drawings, specifications, and supporting documents and calculations necessary for the bidding and construction of the project. The CD’s will be developed from the approved design development documents and other directives.



DELIVERABLES – The development of the CD submission shall meet all requirements.






  1. 6. DESIGN REVIEWS PRE-DESIGN, SCHEMATIC DESIGN AND DESIGN DEVELOPMENT.



DESCRIPTION OF WORK: –Review, evaluate, and provide recommendations for all architectural and engineering designs, calculations, specifications, reports, system analyses, and drawing completeness and coordination. Evaluations shall be based on submission requirements. Services may include site visits to facilities and meetings. Develop a Project Definition Rating Index Score.



DELIVERABLES – Review comments shall be recorded. Provide an evaluation report.






  1. 7. COST ESTIMATES



DESCRIPTION OF WORK: –Review, evaluate, and provide recommendations on the cost estimate prepared by the A/E of Record as to the cost submission basis of cost, accuracy in quantities, and completeness based upon submission requirements. Evaluation shall include but not be limited to local labor rates, energy conservation costs, asbestos abatement costs, cost escalation, cost of operations, personnel requirements costs, manpower trade requirements and material costs timeline. Additionally, a verification of new gross area take-off may be required. Preparation of independent cost estimates and evaluation of mid-point construction costs and anticipated inflation rates during construction may be required. Participation in meetings may be required.



DELIVERABLES – This task order requires submission of a cost estimate report by trade, material required, phase, and/or element.





Task 8. PEER REVIEW



Description of work: The evaluation, review and recommendation on all architectural and engineering disciplines' designs, calculations, specifications, reports, system analyses, conformance with sustainable design criteria and thorough completeness and coordination based upon development of the final approved Schematic Plan. The services provided shall include the review, evaluation and recommendations based on the partial or completed set of construction drawings and specifications; provide recommendations regarding any other documents necessary for the bidding and construction of the project. The documents for evaluation will be provided by the Designer of Record A/E. The Peer Review A/E shall evaluate and ensure the coordination of the drawings between the disciplines, identification of costs, errors, omissions or conflicts found between drawings and specifications. Review and comment on project phasing. Evaluate market conditions that may impact bidding climate. Review any resubmitted construction documents with recommendations as to their acceptability. Develop a Project Definition Rating Index Score. Evaluations will be based upon the submission requirements established. Site visits to facilities for participation in reviews and meetings.



DELIVERABLES – Review, evaluate, and provide written recommendations based on reviewed construction documents. Provide a written report with annotated drawing comments.





Task 9. PRE-CONSTRUCTION DOCUMENT TECHNICAL STUDIES



DESCRIPTION OF WORK: – Provide services for the preparation of studies that involve a systems evaluation and/or report on the inspections of facilities to include but not limited to: site development, utility investigations, boundary, topographical , utility, geotechnical soil borings, parking, traffic, historical, environmental, vertical traffic, horizontal traffic, archeological, acoustics, vibration, aviation, weatherproofing, fire protection, commissioning, NEPA, Section 106, food service, hazardous materials, hazardous waste, medical equipment, physical security, operations security, signage, wind, Federal, State and local permit requirements. Offer recommendations regarding options to resolve challenges to project completion are to be included. Provide an analysis of existing and selected systems involving structural, electrical, HVAC systems, an evaluation of equipment proposed for facilities. Perform a cost comparison of studies on building systems, renovation alternatives versus building additions or new buildings and develop studies to determine time analyses of different phasing alternatives.



DELIVERABLES – Per contracting officer requirements.





Task 10. CONSTRUCTION QUALITY ASSURANCE/QUALITY CONTROL (QA/QC)



DESCRIPTION OF WORK: – Provide a review of the testing requirements and sequence, provide advice regarding the acceptability. Provide on-site quality assurance and control by witnessing performance tests of various types of structural, electrical, HVAC equipment, sprinkler, fire alarm, communication, and other systems integral to a fully operational building system. Prepare reports associated with on-site inspections or analyses of test reports. Review submittal material evaluate contract changes/claims, cost estimates, CPM schedules, and modifications, daily logs, and preparation/review of requests for information (RFI). Provide monitoring services for the return of submittals and other tracking services to assist the Senior Resident Engineer (SRE). Prepare reports associated with on-site investigations of materials, equipment and systems components, test performance, and operation in compliance with the contract specifications, drawings, OEM manuals, code requirements, etc.



DELIVERABLES – The A/E shall provide test reports or product literature responses, cost estimates, and review of product submittals.





Task 11. CONSTRUCTION SUBMITTAL REVIEW NOT ANTICIPATED THROUGH THE DESIGN A/E CONTRACT



DESCRIPTION OF WORK: – The A/E shall provide submittal review services covering products that many not have been listed within contract documents, including but not limited to cut sheets, manufacturers’ data/performance sheets, samples, shop drawings, which are beyond the services provided by the A/E. The Contracting Officer shall establish the length of the review period(s). Provide recommendation regarding a compatibility analysis of different materials and recommendations associated with acceptance or rejection of alternate materials and products.



DELIVERABLES – Review of submittals will meet the requirements established by the contracting officer.





Task 12. PROJECT BOOK AND/ OR DESIGN-BUILD NARRATIVE



DESCRIPTION OF WORK: – Perform all services for the preparation of documents for project book and/or design-build narrative in accordance with A/E submission instructions. Note: the A/E of this task order cannot be part of the Design-Build team and the A/E will not be the designer of record.



DELIVERABLES – In accordance with the contracting officer requirements.





Task 13. CONSULTING SERVICES AND TECHNICAL STUDIES



DESCRIPTION OF WORK: – Provide consulting services and technical studies on a wide variety of facility design and construction issues including seismic studies, indoor air quality, national codes and standards review, cost estimating, facility operations, control of indoor air quality, hazardous materials inspection and remediation plan, impact of facility standards on building performance and facility life cycle, interoperability electronic standards for facility design, construction, operation, and project documentation. Services may require on-site inspections. Services may include the development of a Project Definition Rating Index Score.



DELIVERABLES – Reports, studies and data development involving design, investigation and evaluation of the issues described under “Work to be Performed.”





Task 14. CONSTRUCTION PERIOD SERVICES



DESCRIPTION OF WORK - Acting through the Contracting Officer (CO) or designee, shall assist with the interpretation of the construction documents and make recommendation deemed suitable for the satisfactory prosecution of the construction work, shall prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents, and shall assess the preparation of Construction Contract Modifications initiated by or through NSWC Carderock to be executed in accordance with the Construction Documents.





The A/E shall review Government and/or Construction Contractor cost proposals for construction modifications, document his review and make recommendations accordingly, and shall prepare independent breakdown of costs.





The A/E shall review and evaluate Government and/or the Construction Contractor’s shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition, shall evaluate the submittals with reference to any companion submittals that constitute a system request resubmittal on related components of a system before acting on a single component, and shall notify the PCO/SRE of all deviations from the requirements of the construction documents that he has found in the Construction Contractor’s submittals.





The AE shall make periodic visits to the project site as and when requested by the PCO/SRE. Frequency of visits shall be established by the Task Order but may include weekly, intermediate systems checks and inspections, partial final and final inspection and for special purposes as requested. Only registered design professionals thoroughly familiar with the project may make site visits. Services include witnessing performance tests of various types of structural, electrical, HVAC equipment, elevators, irrigation systems, fire alarm, communication systems and other systems integral to a fully operational facility, preparing reports associated with on-site inspections or analyses of test reports review of submittal material, and evaluation of contract modifications, cost estimates, daily logs, and preparation of requests for information (RFI).





Other services may include furnishing advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the Contractor’s design and preparation of Record Drawings.





DELIVERABLES – Deliverables shall be as identified in the Task Order. Delivery dates will be established by the Contracting Officer.





This notice is a market research tool being used to determine the availability and adequacy of potential small 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. Large business submittals will not be considered. 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. Points of contact listed may be contacted for the purpose of verifying performance.





RESPONSES ARE DUE NLT 25 JANUARY 2023 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED.





The package shall be sent via electronic mail to Pamela Ganster at pamela.ganster1@navy.mil. Attachments are limited to a total of 5MB. Submittals will not be returned.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CARDEROCK DIVISION 9500 MACARTHUR BOULEVARD
  • BETHESDA , MD 20817-5700
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >