Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2025 SAM #8493
SOURCES SOUGHT

99 -- Fire Protection Design/Engineering Services

Notice Date
2/25/2025 12:49:57 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274225XFP
 
Response Due
3/12/2025 5:00:00 PM
 
Archive Date
03/27/2025
 
Point of Contact
Mitchell Yoshimura, Phone: 8084710130, Erik Torngren, Phone: 8084746476
 
E-Mail Address
mitchell.s.yoshimura@navy.mil, erik.torngren@navy.mil
(mitchell.s.yoshimura@navy.mil, erik.torngren@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL BE NO SOLICITATION AT THIS TIME. The intent of this synopsis is to identify Small Business Concerns and their socio-economic size classifications that are capable of providing professional Architect-Engineer (A-E) services in support of the Indefinite Delivery, Indefinite Quantity contract for fire protection projects and other projects at various locations in all areas under the cognizance of Naval Facilities Engineering Systems Command, Pacific (NAVFAC PAC). The North American Industry Classification System (NAICS) is 541330 � Engineering Services. The applicable size standard is $25.5 million in annual receipts. The scope of this Indefinite Delivery, Indefinite Quantity (IDIQ) contract is for A-E design and engineering services for projects that involve fire protection design/engineering services with associated multi-discipline architect-engineering services. The general fire protection services may include but not limited to, design and engineering services for preparation of contract documents, and technical reports including engineering investigations and concept studies, preparation and performance of life safety analysis, building and fire code analysis, water supply analysis at proposed project sites, etc.; design-build request for proposal (DB RFP) and design-bid-build (DBB) construction documents; construction estimates; operations and maintenance manuals; record drawings; shop drawing reviews and other construction submittal review; technical review of design plans and specification prepared by others; water flow testing; formal inspection and test for recommendations of acceptance of installed fire protection systems; post construction award services; and other miscellaneous services. Projects may involve new construction and/or rehabilitation of existing facilities in various NAVFAC Pacific locations. The specialized fire protection services may include but not limited to computational fluid dynamics (CFD) modeling and simulation; performance-based designs; smoke control/management systems and fire risk assessments. The design and engineering services may also require experience in tropical environments similar to Hawaii, Guam, Tinian, Diego Garcia, Australia, and other Pacific Ocean areas; as well as office locations and demonstrated knowledge of the general geographic areas in which projects could be located. Knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with sustainable design rating systems leading to third party certification, may also be required. An adequate quality control program, and ability to manage work capacity to accomplish multiple large projects concurrently within the required timeframe are desired. The Government will be seeking the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria and the provisions of Federal Acquisition Regulation (FAR) 36.6, Architect-Engineer Services. All work performed during the life of the contract will be ordered by the Government on an as-needed basis through the issuance of firm fixed price Task Orders (TOs). The contract term is anticipated to be a 12-month base period with four (4) 12-month option periods or $49,000,000, whichever occurs first. There is no limit on the total value for all TOs awarded except that no award or combination of awards shall cause the maximum value of the contract to be exceeded. Individual contract TOs will be issued with statements of work which describe the nature of work to be performed and requirements for the period of performance. The Government makes no representation as to the number of TOs or the actual amount of work to be ordered. NAVFAC Pacific will use the responses to this Sources Sought synopsis to make the appropriate acquisition decision for the planned procurement. This is not an announcement of the availability of a solicitation, nor is it a means of generating a plan-holder�s list. After evaluation of the responses to this synopsis, a pre-solicitation announcement will be published on https://www.sam.gov if the Government intends to proceed with this procurement. It is requested that interested small businesses submit a brief capabilities statement package (no more than 15 pages in length, single spaced, 12-point font minimum) demonstrating the ability to perform the requested general and specialized fire protection services. This documentation shall address, at a minimum, the following: 1. Relevant experience to include experience in performing efforts of similar scope and complexity to general fire protection services within the last ten (10) years. 2. Relevant experience in performing computational fluid dynamics (CFD) modeling and simulations within the last ten (10) years. 3. Relevant experience in performing performance-based designs within the last ten (10) years. 4. Relevant experience in performing smoke control/management systems assessments within the last ten (10) years. 5. Relevant experience in performing fire risk assessments within the last ten (10) years. 6. Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. For relevant experience, please include contract number, indication if work was done as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described herein. Firms having the capability to perform this work are invited to submit the required information by 2:00 PM HST on 14 March 2025. Documents may be submitted via electronic mail to mitchell.s.yoshimura@navy.mil or mailed to Mr. Mitchell Yoshimura, Naval Facilities Engineering Command Pacific (CON31), 258 Makalapa Drive, Suite 100, JBPHH, HI 96860-3134. Complete information must be submitted as the Government may not seek clarification of information provided. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cbc000f7ad484c0981fd69aae14520cd/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07353507-F 20250227/250225230042 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.