Similar Projects
A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

A & E Multiple Award Task Order Contract (MATOC)
Design
$3,500 to $100,000,000 est. value

Vertical Region 4- Regional Architect and Engineering Indefinite Delivery Indefinite Quantity Contracts
Post-Bid
$100,000 to $30,000,000 est. value

Vertical Region 4- Regional Architect and Engineering Indefinite Delivery Indefinite Quantity Contracts
Post-Bid
$100,000 to $30,000,000 est. value

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

C--A and E Multi-Discipline for Implementation of Utilities Asset Management Systems for Navy Utilities Located Throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.
Results
Less than $50,000,000 est. value

Engineering, Planning and Development
Post-Bid

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

Florida Land Surveying IDIQ
Post-Bid
$5,000,000 est. value

Architect-Engineer Supplemental Services - Southeast Regional Office
Results

C--Multiple Award Task Order Contract (MATOC)
New Construction, Term Contract
Post-Bid

Nationwide Architect and Engineering IDIQ - Small Business Pool
Results
Less than $10,000,000 est. value

FEMA Consultant
Term Contract
Post-Bid
Gainesville, FL

Thelma Boltin Center Renovations - Design Services
Term Contract
Results
Less than $250,000 est. value
Gainesville, FL 32601

Microgrid Architectural And General Engineering Services
New Construction, Term Contract
Post-Bid
$10,000,000 est. value

Last Updated 10/17/2022 02:38 PM
Project Title

RFQ - Professional Facilities Planning and Engineering Services for Various Project Types at Dod and Non-dod Activities in the Area of Responsibility

Physical Address View project details and contacts
City, State (County) Avon Park, FL 33825   (Highlands County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Conceptual Design, Request for Qualifications, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $30,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

As of October 17, 2022, information regarding award and award date has not been disclosed. A firm timeline for construction has not been disclosed. *The closed solicitation has been included below for reference: 3/30/2022 THIS UPDATE IS TO CHANGE THE TOTAL CONTRACT VALUE FROM NTE $45M TO $30M THIS IS A SOURCES SOUGHT ANNOUNCEMENT/ MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. In order to protect the procurement integrity of any future procurement (if any) that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Naval Facilities Engineering Systems Command, Southeast, (NAVFAC,SE) is conducting market research of industry to identify potential firms, with current relevant qualifications, experience, personnel, and capability to perform services required for a Firm Fixed-Price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for : PROFESSIONAL FACILITIES PLANNING AND ENGINEERING SERVICES FOR VARIOUS PROJECT TYPES AT DOD AND NON-DOD ACTIVITIES IN THE AREA OF RESPONSIBILITY SERVED BY NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, SOUTHEAST The anticipated firm fixed price IDIQ contract will not exceed $30M over the life of the contract. The contract shall not exceed 5 years or $30M. The estimated range of task order values is $50,000-$250,000. The range is an estimate and the Government may place orders below or above this amount. The NAICS code for this contract 541320 and the size standard is $8M. This sources sought is for services that will primarily be required in Alabama, Florida, Guantanamo Bay Cuba, Georgia, Louisiana, Mississippi, Tennessee, Texas, and South Carolina. It is anticipated that most work will be in the Southeast AOR., however the contract may also be used at other DOD or non-DOD facilities in the geographic area for which NAVFAC Southeast performs work and on occasion, worldwide. These actions will be decided on a case-by-case basis approved by the contracting officer. The required A/E services will primarily be for Professional Facilities Planning. Work will include the application of sound facility planning principles, processes, analyses and regulations in the development and refinement of various facility components, such as: technical reports and studies, and project program development, which includes, but is not limited to: (a) Development and update of facility planning studies, including: Basic Facility Requirements (BFRs), Asset Evaluations (AEs), Property Record Cards, and Facility Planning documents; (b) Project Documentation (DD-1391forms) for Military Construction and Special Projects; (c) Regional Planning Products, Master Plans, Recapitalization Plans, and Capital Improvement Plans; (d) Special Planning Studies, to include Scoping Studies; (e) Base Development Visioning and Scenario Planning; (f) Business Case Analyses and Economic and Efficiency Analyses and Budgetary Cost Estimates; (g) Installation Appearance Plans; (h) Anti-Terrorism/Force Protection (AT/FP) Plans; (i) Traffic Studies; (j) Encroachment Plans; (k) Website and intranet development and implementation as related to Planning Services; (l) Sustainable Planning Concepts through an integrated planning approach; (m) National Environmental Policy Act (NEPA) and documentation related to planning products; (n) Documentation related to the above Planning Services, including: presentation and briefing materials, updating existing condition maps and engineering feasibility studies; (o) Various Real Estate related services including cadastral, title search, appraisal and other support related to Real Estate purchase, lease or disposal. (p) General Geographical Information Systems services in support of planning or other facilities services. The firm may be required to integrate these Navy Shore Facility planning and master planning components with NAVFAC's electronic planning and management applications, such as. Regional Shore Infrastructure Plan Link or other activity/regional planning management models which utilize graphic, narrative, pictorial, and tabular data. Projects in these contracts may also include sustainable design features and certification requirements to meet the USGBC's Leadership in Environmental Engineering and Design (LEED) programs. All work shall be done in either English or metric units, as directed by the Government. Selected firms will not be able to propose on design-build task orders or contracts, which the firms or any of the firms' subcontractors have assisted the Government in the preparation of the design-build technical statement of work or plans and specifications. In addition to services directly related to design, the following services may be required during the life of the contract: studies, surveys, review of shop drawings, construction consultation and construction inspection services, preparation of Operations/Maintenance manuals, and construction record drawing preparation. All interested firms should be capable of obtaining security clearances, if required. All interested firms shall: Have NAICS 541320, Landscape Architectural Services, as an approved NAICS code. 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, and/or Service-Disabled Veteran-Owned Small Businesses, 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; lakeisha.d.mcbride2.civ@us.navy.mil and nicole.m.jackson49.civ@us.navy.mil. All responses are due by 15 April 2022 at 2:00PM (EST). The method of contractor selection has not been determined at this time.

Details

Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents