This sources sought is for services that will be required in Florida and Texas.
The construction contract amounts for the subject projects range from $10-50 Million for
Florida projects and $40-150 Million for projects in Texas.
The firm fixed price contract is anticipated not to exceed $10M over the life of the
contract.
The NAICS code for this contract is 541330. The Post Award services for this
procurement will be in FY 2025-2028.
No Foreign Nationals. Aspects of the projects will require review of critical supporting
documents that Foreign Nationals are prohibited from accessing.
Required Architect/Engineering (A/E) services may include, but are not limited to, Post
Award Construction Support (PCAS) for designs awarded for construction including
modifications for unforeseen changes.
A/E will be required to:
Attend and participate in the PRECONs that will be organized and led by the
NAVFAC FEAD/ROICC in the local area of the project site.
Attend and participate in any Partnering Meetings that will be organized and led
by the NAVFAC FEAD/ROICC in the local area of the project site. The Partnering Meetings must be attended by the key members of the A-E’s Design.
Team who will be working on this T.O.
Provide Construction Submittal Reviews
Prepare Record Drawings in accordance with FC 1-300-09N
Provide Field Consultation During Construction (FCDC): Provide site visits during construction for the purpose of surveillance or consultation. FCDC effort must be specifically authorized by the NAVFAC DM/PM. These services do not include consultation necessary to clarify the intent of the drawings and specifications; effort for any change due to errors, omissions or poor design
quality; post design services associated with checking of shop drawings and other data submitted by the Construction Contractor.
Provide consultation to the Government with technical issues that arise in connection with the project prior to final acceptance of the project. Design Consultation effort must be specifically authorized by the NAVFAC DM/PM. This service does not include effort to provide responses to Request For Information (RFI’s) that clarify the design and/or correct errors or omissions.
Provide the Comprehensive Interior Design (CID) – Furniture, Fixtures, and Equipment (FF&E) Package
Provide reports and presentations to leadership as requested. The A/E may also be required to provide commissioning services for facility and cybersecurity requirements.
Project Descriptions:
Scope for Disaster projects in Florida:
• Assessment and oversight of repair solutions for restoration of facilities damages by storms for up to 200 facilities at NAS Pensacola, Florida. These facilities range in size from approximately 2000 sf to 140,000 sf. The AE services scope of work includes, but is not limited to, the following: Civil storm drainage repair and replacement; structural repair; interior and exterior architecture repair; roof envelope repair and replacement; roof drainage system repair and replacement; mechanical, fire suppression,
telecommunication, lightning protection, and electrical system repair and replacement; erosion and sedimentation control; mold survey, testing, and remediation; Cultural Resources SHPO consultation; and Environmental hazardous materials compliance.
Scope for projects in Texas:
• Repair and restoration of aircraft maintenance hangars and new construction of aircraft component repair and maintenance facilities at the Corpus Christi Army Depot, NAS Corpus Christi, Texas. These facilities range in size from 100,000 sf to 160,000 sf
Special qualifications include, but are not limited to:
The AE shall have recent experience in the assessment and design of repair needs for disaster recovery. Extra consideration will be given to experience working in Navy base areas.
The AE must be familiar with current NAVFAC A-E criteria/regulations, guidelines, and procedures and demonstrate the ability to handle work under strict deadlines.
A/E firms that do not have full in-house capability must also have the capability to manage sub-contractors and ensure quality control. The A/E must demonstrate in the submittal its plan for successful quality assurance and integration of all disciplines to
ensure that quality services are provided.
Supervisory and/or key personnel should have Professional Engineer (PE) or Registered Architect (RA) certifications.
Teams must consist of the following Disciplines (whether in-house or consultants):
(1) Project Manager
(2) Architects
(3) Civil Engineers
(4) Structural Engineers
(5) Mechanical Engineers
(6) Electrical Engineers
(7) Communications Distribution Engineers
(8) Fire Protection Engineers
(9) Interior Designers (NCIDQ)
(10) Landscape Architect
(11) Cost Estimators - Level 3 CE
(13) Roofing & Waterproofing (RRC)
(14) Commissioning Agents (Cx)
(17) Environmental Engineers and Technicians (HAZMAT)
(18) Schedulers with experience in Level 3 at minimum (delivered in P6 format)
The project under this contract will require designers to obtain security clearances as well as having physical security measures in place before a firm can do the work. Security clearances are not required at the time of selection or award of a contract.
All interested firms shall:
1. Have NAICS 541330, Engineering Services, as an approved NAICS code.
2. Answer all of the questions in detail, as noted on the Market Research Questionnaire.
The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. A decision will be made whether to issue the proposed solicitation as a competitive set-aside for Small Business, U.S.
Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Women-Owned Small Business (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB), or whether to issue as full and open competition (unrestricted).
Please limit your response to five pages or less. Completed questionnaires shall be submitted to donald.s.quince.civ@us.navy.mil. All responses are due by 11 March 2025 at 2:00PM (ET).