Inactive
Notice ID:N4008422R0064
***THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID**** The intent of this notice is to identify qualified and interested offerors for...
***THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID**** The intent of this notice is to identify qualified and interested offerors for information and planning purposes. The information received will be utilized within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Naval Facilities Engineering Command, Far East (NAVFAC FE) Core Execution Team (CET) is seeking potential sources for an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Architect-Engineer Services for Multi-Disciplinary Projects at various locations on U.S Navy Support Facility (NSF) Diego Garcia, British Indian Ocean Territory (B.I.O.T). If the solicitation is issued, the ordering period for the IDIQ is anticipated to consist of a 5-year base ordering period and a 3-year option ordering period for a maximum not to exceed duration of 8-years. The NAICS code for this proposed procurement is 541330, Engineering Services. Located in the central Indian Ocean, Diego Garcia is an atoll in the Chagos Archipelago and is an island of the British Indian Ocean Territory, an overseas territory of the United Kingdom. 1. SCOPE OF WORK The Architect-Engineer (A-E) shall provide design and engineering services for the preparation of plans, specifications, design analyses, cost estimates, studies, DD1391s, and design-build requests for proposal (RFPs) for Multidisciplinary Engineering projects that may include Architectural, Mechanical, Civil/Structural, and Electrical projects at various locations in Diego Garcia. This may also include Waterfront Facilities, Oils/Fuels Facilities, Power Plant Facilities, Airfield/Aviation Facilities, and Housing. Post Construction Award Services (PCAS) may also be included as required. Work shall be performed in accordance with Unified Facilities Criteria (UFC) 1-300-9N, Design Procedures, available on the National Institute of Building Sciences Whole Building Design Guide (WBDG) website: http://www.wbdg.org/references/pa_dod.php, and, as applicable, other U.S. regulations. 2. SPECIAL LOCAL REQUIREMENTS: A-E firms must be duly authorized to operate and conduct business in Diego Garcia and must fully comply with all laws, decrees, labor standards and regulations during the performance of the contract. The following is a brief overview of Diego Garcia’s requirements: Entry into Diego Garcia is restricted, requiring area clearance by the United States Navy Support Facility in Diego Garcia. Only those persons satisfying the Diego Garcia-specific foreign clearance and entry requirements may be authorized and permitted access to Diego Garcia. In this case, entry is generally limited to contractor employees who are citizens of the United States or United Kingdom and who are also otherwise cleared for entry based on background checks, criminal history, personal information, etc. Firms must demonstrate the ability to provide or obtain a personnel team for work involving Diego Garcia of persons who are citizens of the United States or United Kingdom and who are also likely to receive foreign clearance and permission to enter Diego Garcia. Please reference the following website for general foreign clearance and entry requirements for the aforementioned countries: https://www.fcg.pentagon.mil/fcg.cfm 3. SUBMITTAL REQUIREMENTS: Interested firms should submit a brief capabilities statement package (up to 12 single-sided pages or 6 double-sided pages, including attachments, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capabilities package must be complete and sufficiently detailed to allow NAVFAC FE to determine the firm’s qualifications to perform the defined work. Interested firms may submit information using Enclosure (1), Sources Sought Contractor Information Form, to demonstrate capabilities, capacity and experience. Please respond to this Sources Sought announcement electronically to Mr. Kyle Monma at kyle.monma@fe.navy.mil and Ms. Amanda Jo at Amanda.Jo@fe.navy.mil no later than 1400 PM Japan Standard Time (JST) on Friday, 10 December 2021. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent. Contact Points: Mr. Kyle Monma, Contract Specialist NAVFAC FAR EAST, CON2, Core Execution Team Ms. Amanda Jo, Contract Specialist NAVFAC FAR EAST, CON2, Core Execution Team