Similar Projects
Central Region AE IDIQ
New Construction, Term Contract
Design
$25,000,000 est. value

Central Region AE IDIQ
New Construction, Term Contract
Design
$25,000,000 est. value

Engineering, Planning and Development
Post-Bid

Engineering, Planning and Development
Post-Bid

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

Water Tank Inspections, OCONUS and CONUS
Results
$10,000 to $5,000,000 est. value

Architect-Engineering (AE) Indefinite Delivery Contract (IDC) in Support of the Defense Health Agency (DHA) and Component Medical Commands
Post-Bid
Less than $45,000,000 est. value
Washington, DC

NGB Fire Protection - National Architect and Engineering Indefinite Delivery Indefinite Quantity Contract
Results
$70,000 to $10,000,000 est. value
Washington, DC

C1JZ--National Region AE IDIQ
Post-Bid
$20,000,000 est. value

National Architecture/Engineering/Interiors (IDIQ) Contract
Results
Less than $25,000,000 est. value

On Call - Overhead Sign Structure Inspection Services
Term Contract
Post-Bid
$1,940,000 est. value

Architect-Engineer Indefinite Delivery Contract for Inland Navigation and Water Resources Planning Services Assigned to the Great Lakes and Ohio River Division
Results
Less than $15,000,000 est. value
Chicago, IL - Louisville, KY - Buffalo, NY - Pittsburgh, PA - Nashville, TN - Huntington, WV

Multiple Award Contract (MAC), Indefinite Delivery /Indefinite Quantity (IDIQ), Architect-Engineer (A-E) Traffic Engineering and Transportation Planning Services in Support of Projects Primarily in the Mid-Atlantic (NAVFAC MIDLANT) Area of Responsibility
Term Contract
Post-Bid
$40,000,000 est. value

Welcome Center and Rest Area Design Services - Welcome Center and Truck Parking Facility Design Services
Results

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

Last Updated 09/02/2022 12:01 AM
Project Title

RFQ - Architect and Engineering - FSC/PSC C220

Physical Address View project details and contacts
City, State (County) Crane Naval Depot, IN 47522   (Martin County)
Category(s) Professional Services
Sub-Category(s) Architectural, Engineering
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected March 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

AMENDMENT 0002: N0016422SNB83 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) - Architect and Engineering - FSC/PSC C220 - NAICS 5413 ISSUE DATE: 15 AUG 2022 CLOSING DATE: 14 SEP 2022 Amendment 0002 is issued to remove a clerical error for the original posting. A completed Market Research Survey is not required at initial submission of interest. The Government will provide a copy of the Market Research Survey via electronic mail to vendors that have responded to the RFI and submitted a capability statement. AMENDMENT 0001: Amendment 0001 is issued to update the NAICS from 541330 - Engineering Services to 5413 - Architectural, Engineering, and Related Services. N0016422SNB83 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS) - Architect and Engineering - FSC/PSC C220 - NAICS 541310 ISSUE DATE: 15 AUG 2022 CLOSING DATE: 14 SEP 2022 NOTE: THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS AN RFI/SS ONLY. This RFI/SS is for planning and informational purposes only and shall NOT be considered as a Request For Proposal (RFP) or as an obligation on the part of the Government to acquire any products or services. The Government will NOT be responsible for any costs incurred in responding to this RFI/SS or furnishing the requested information. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor's submission of responses to this RFI/SS or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI/SS. No contract will be awarded from this announcement. Pursuant to Federal Acquisition Regulations (FAR) 15.201(e), responses to this RFI/SS are not offers and cannot be accepted by the Government to form a binding contract. The information provided in this RFI/SS is subject to change and is not binding on the Government. FSC/PSC codes anticipated include: Architect and Engineering PSCs C1AA C1AB C1AZ C1BF C1EA C1EB C1EC C1GA C1GD C1GZ C1HA C1HB C1HC C1HZ C1JB C1LB C1NZ C1PC C212 C219 C220 C221 C222 C223 Purpose: This RFI/SS constitutes market research in accordance with FAR Part 10 and is not an RFP. NSWC Crane is issuing this RFI/SS to gain information of current market conditions and size standards as well as to identify potential vendors with proven capabilities to provide planning, and/or design for new construction, renovation, repair, replacement, demolition, alteration, and/or improvement of facilities and infrastructure for simultaneous architect and engineering projects to be performed at the following locations: NSWC Crane; Lake Glendora Test Facility. The Government is seeking information to determine an acceptable and appropriate acquisition strategy to meet both regulations and timely facility requirements. Requirements: NSWC Crane requirements are in support of providing planning, and/or design for new construction, renovation, repair, replacement, demolition, alteration, and/or improvement of facilities and infrastructure. Additionally, types of items may include, but not be limited to: -building renovations and/or additions -site work required to support new work -new construction -roads, parking areas, or bridges -foundations -retaining walls -failure investigation including destructive and non-destructive testing -seismic evaluation and design -progressive collapse analysis -blast resistant design -structural engineering investigations -utility systems including sanitary and storm -water systems -storm water management -sediment and erosion control -earthwork -surveying -pavement design -civil engineering studies -electrical and heating, ventilation and air conditioning (HVAC) design for renovations or new facilities Engineering services may include, but are not limited to: -concept design -preparation of project programming documents -facility siting studies -environmental assessments -geotechnical services -engineering studies and services -design-build Request for Proposals (RFPs) Architect and engineering services may include, but is not to be limited to: -planning studies -project programming documents -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, and/or 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 work shall be accomplished in strict accordance with all applicable Navy and local instructions, processes, and procedures. Architectural and engineering requirements will be identified in individual Orders. The architectural and engineering requirements may be executed at NSWC Crane; Crane, Indiana or Lake Glendora Test Facility; Sullivan, Indiana. The Contractor will be responsible to provide all management, labor, material, equipment, transportation, supervision, and environmental and quality controls related to performing a maximum of four (4) simultaneous projects. Requested Information: Respondents who are interested shall provide a capability statement that identifies the successful performance of architectural and engineering projects that have been completed within a five (5) year timeframe of the posting date of this RFI. The capability statement shall specify whether performance was completed as a prime contractor or via a subcontractor arrangement. Previous projects identified shall notate whether the effort was for commercial entities or for work completed on Government installations. Furthermore, the prior performance should include the state in which the tasking was performed. Contractors must be properly registered in the System for Award Management (SAM.gov). Offerors may obtain information on SAM.gov registration and annual confirmation requirements by calling 1-866-606-8220 or via the internet at https://sam.gov. The technical data package may contain information that is export controlled. Only those companies that have completed DD Form 2345 and are certified under the Joint Certification Program (JCP) in an active status are authorized to receive export controlled information. Additional information about JCP is available at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Responses: Vendors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this RFI via a submission of an executive summary on 8 1/2 x 11 in paper, no more than fifteen (15) pages in length, using 12-point Times New Roman font. All responses must include the following information: Name and address of company Name, telephone, fax number, and e-mail address of point of contact for Contracts CAGE Code and SAM UEI Business Size (under NAICS 541310) Announcement number: N0016422SNB83 Completed Market Research Survey (Not included in page count) Name, telephone, and email address of point of contact for Facility Security Officer Please be advised that proprietary information must be marked as such on a page-by-page and paragraph-by-paragraph basis. The Government will not assume that the information provided by a respondent is proprietary unless it is conspicuously marked on this basis. Moreover, the Government does not assume duty to contact a respondent and inquire whether unmarked information submitted in response to this RFI/SS is proprietary. All information marked proprietary will be safeguarded. The Government is only seeking sources/information for market research to determine market interest and to identify sources and capabilities of sources for future solicitations to best meet the Government's requirements. Acknowledgement of receipt will not be made, nor will respondents be notified of NSWC Crane's view of the information received. Do not send any material that requires a non-disclosure agreement or identify information this is business sensitive. Submittals will not be returned to the sender. Availability of a formal solicitation will be announced separately. It is the contractor's responsibility to check SAM.gov to receive additional data, such as any changes that occur before the closing date. Your interest in this response is appreciated. Respondents will not be notified of the results of this sources sought notice. The information obtained from submitted responses may be used in development of an acquisition strategy and future solicitation. The Government may contact RFI respondents requesting additional information and modeling information to substantiate modeling capabilities. When/if the Government issues an RFP, interested parties will be expected to thoroughly address the requirements thereof regardless of the circumstances surrounding this sources sought. DO NOT submit classified information to the below email address. If a potential respondent believes submission of classified material is necessary or will provide a higher quality response, please contact the below POC to request instructions for submission. Questions: Questions or comments regarding this notice may be addressed to Jared Myers, jared.s.myers3.civ@us.navy.mil, Aaron Hohl, aaron.m.hohl.civ@us.navy.mil, or Shayden Flynn, shayden.m.flynn.civ@us.navy.mil by email only. Telephone calls/questions or inquiries will not be accepted. No questions will be accepted after 14 September 2022 at 1200 Eastern Time. Please reference N0016422SNB83 in the subject line of all e-mails. The Government intends to respond to as many questions as practicable and will respond to questions via an amendment to this RFI posted to SAM.gov so that all interested parties will benefit from the same information. Reference announcement number N0016422SNB83 in the subject line of e-mails and in ALL correspondence and communications related to this effort. The method of contractor selection has not been determined at this time.

Details

Division 01 - General Requirements.
Division 03 - Concrete.
Division 04 - Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites.
Division 07 - Thermal and Moisture Protection.
Division 08 - Openings.
Division 09 - Finishes.
Division 10 - Specialties.
Division 11 - Equipment.
Division 13 - Special Construction.
Division 21 - Fire Suppression.
Division 22 - Plumbing.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC).
Division 25 - Integrated Automation.
Division 26 - Electrical.
Division 27 - Communications.
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