Similar Projects
Z1da--Copy of MATOC Construction Project - New Procurement - VISN 22
New Construction
Design
$2,000 to $50,000,000 est. value
Phoenix, Prescott, Tucson, AZ - Loma Linda, Long Beach, Los Angeles, San Diego, CA - Albuquerque, NM

Motor Transportation Facility MCB Camp Pendleton
New Construction - 45,000 SF
Bidding
$15,000,000 CJ est. value
Oceanside, CA 92054

RFQ D/B - Oak Park Library
LEED Certification, New Construction, Infrastructure - 20,000 SF
Bidding
$18,350,000 CJ est. value
San Diego, CA 92105

IDIQ MACC for Natural Gas and POL Fuel System Projects at Various Government Installations within the NAVFAC SW Area of Responsibility
Renovation
Post-Bid
$50,000 to $10,000,000 est. value

Repair and Reconfigure Aircraft Simulator Rooms
New Construction
Post-Bid
Less than $6,970,000 est. value
CA

Upgrade Domestic Hot and Cold Water Systems
Renovation
Results
$16,822,812 CJ est. value
San Diego, CA 92161

UCSD Theater District Living & Learning Neighborhood
New Construction - 900,000 SF
Construction
San Diego, CA 92037

Tremont Development
LEED Certification, New Construction, Infrastructure - 8,862 SF
Pending Verification
$2,500,000 CJ est. value
Oceanside, CA 92054

Indefinite Delivery Contract (Idc) For Vertical Architectural-Engineering (A-E) Services Which Typically Support Military Design And Interagency & International Services (Iis) For U.S Army Corps Of En
New Construction
Post-Bid

RFQ - Sources Sought for Indefinite Delivery Indefinite Quantity Contract Under North American Industry Classification System
Term Contract
Post-Bid
$25,000,000 CJ est. value
San Diego, CA 92101

Quantum Information Technologies (QIT) Lab, Topside Complex
New Construction, Infrastructure - 3,600 SF
Post-Bid
$5,000,000 CJ est. value
San Diego, CA 92106

D-B - Repair DIPC, Dental Lab, Dental Treatment Facility Bldg
Demolition, Build-out, Renovation, Infrastructure
Post-Bid
$7,000,000 CJ est. value
Camp Pendleton North, CA 92058

UUV Metal Storage Shed Renovation
Renovation - 1,121 SF
Post-Bid
$250,000 CJ est. value
San Diego, CA 92106

Marine Corps Recruit Depot Female Heads (Restrooms)
New Construction, Infrastructure - 500 SF
Post-Bid
$1,000,000 CJ est. value
San Diego, CA 92140

West Coast Network Security Operational Center Renovation / Point Loma
Renovation
Post-Bid
$25,000,000 CJ est. value
San Diego, CA 92106

Last Updated 09/30/2022 08:04 AM
Project Title

Indefinite-Delivery Indefinite-Quantity Architect-Engineer Contract for Facility Planning Services, NAVFAC SW AOR

Physical Address View project details and contacts
City, State (County) San Diego, CA 92101   (San Diego County)
Category(s) Government/Public, Green Building
Sub-Category(s) LEED Certified, Military Facility
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $15,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 28, 2022 Contract Award Number: N6247322D1202 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: G2NSCWQW77Z7 Contractor Awarded Name: Makers Architecture And Urban Design LLP Contractor Awarded Address: Seattle, WA 98101-2396 USA Base and All Options Value (Total Contract Value): $15000000.00 Per the owner, as of August 3, 2021, an award for this solicitation has not been made. At this time, it is not known when an award will be made. Closed solicitation has been included below for reference. ............. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Woman-Owned Small Businesses (WOSB) and/or Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The Sources Sought Synopsis is one facet in the Government's overall market research in regards to whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the market research. Naval Facilities Engineering Command Southwest (NAVFAC SW) is seeking Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources with current relevant experience, personnel, and capability to perform the Architect-Engineer (A-E) services required for a firm fixed price Indefinite- Delivery, Indefinite-Quantity (IDIQ) contract for Facility Planning Services at various Government Installations primarily in the NAVFAC SW area of responsibility (AOR) in California, Arizona, Nevada, Colorado, New Mexico, and Utah, but may be available to the NAVFAC Pacific and Atlantic Areas of Responsibility as approved by the NAVFAC SW Procuring Contracting Officer. Preponderance of work is anticipated to be in Southern California. The goal of this announcement is to obtain information on available A-E firms who can provide Facility Planning services to support NAVFAC's program. A-E services required: a. PRIMARY SERVICES: PROJECT PLANNING DOCUMENTS: Military Construction (MILCON), Demolition, and Special Projects Planning: DD Form 1391s; Design-Build (DB) Request for Proposal (RFP) preparation of schematic design (layout, functional drawings and studies) up to 10%-15% completion; design charrettes; functional analysis concept development (FACD) studies; planning documentation in Electronic Project Generator (EPG); Preliminary and Parametric Cost Estimates; Site Approvals (Ordnance etc.); Economic Analyses (EAs); Asset Evaluations (AEs); Basic Facilities Requirements (BFRs); and Facilities Planning Documents (FPDs) utilizing the government's web-based internet Naval Facilities Asset Data Store (iNFADS) program. Support services may include architectural, civil engineering, landscape architectural, mechanical, electrical, fire protection, geotechnical / subsurface, anti-terrorism / force protection, cybersecurity, utility, renewable energy, and hazardous materials studies. b. SECONDARY SERVICES: SHORE INFRASTRUCTURE MASTER PLANNING: Local and regional planning to include sea level rise / extreme water levels, sustainable urbanism, healthy community planning, campus planning, form-based planning, energy and renewable master planning, transportation planning, water conservation planning, low-impact development, web-based master planning and other planning documents which incorporate sustainability principles. GEOSPATIAL INFORMATION & SERVICE (GIS), AND CADASTRAL SUPPORT SERVICES: Preparation of spatial and non-spatial data acquisition; data for the enterprise GIS database systems in accordance with current Navy Data Model standards (NDM 4x); preparation of maps, datasets, data models, geo-processing models, automation scripts utilizing Microsoft Office, Adobe Acrobat, Oracle, AutoCAD, ESRI ArcGIS Product Suite; and GPS services which include the collection of global positioning system (GPS) data using GPS equipment compatible with the NAVFAC SW GeoReadiness Center (GRC); land surveying and topographic mapping. Incidental training related to the primary or secondary services. The North American Industry Classification System (NAICS) Code is 541320 (Landscape Architectural Services) with a Small Business Size Standard of $8,000,000. The proposed contract will be for a total performance period of five years. The estimated total contract price is $15,000,000. The maximum value of individual task orders would be $1,500,000. The minimum value of individual task orders would be $10,000. Interested Small Business, SBA certified 8(a), SBA certified HUBZone, WOSB and/or SDVOSB sources are invited to respond to this sources sought announcement by completing the following sections of the SF330 Architect-Engineer Qualifications in the following manner: Part I - Contract Specific Qualifications: Note: In sections where recent experience is requested, all experience will be evaluated for market research purposes only. Firms are advised that while experience older than five years may demonstrate capability to perform the scope of work, it may not indicate that the firm could be competitive during a future solicitation where only the most recent five years of experience will be accepted. NAVFAC SW may make an acquisition strategy determination based on the likelihood that a sufficient pool of qualified contractors will be competitive on a future solicitation. Complete Section A - Contract Information. Complete Section B - A-E Point of Contact. In addition to the name of the firm in Block 5, provide your firm's Dun and Bradstreet Number (DUNS) and state if your firm is SBA certified 8(a), SBA Certified HUBZone, SDVOSB, WOSB and/or Small Business (identify all that apply). A set-aside cannot be reasonably determined without size and socio-economic designations. Section E - Resumes: Provide a minimum of three (3) and a maximum of five (5) resumes for key personnel on your team that would be directly responsible for performing the required services. If firm principals will not perform work on the contract, do not include those resumes. Include the geographic office location of the individual on the resume. At least one (1) of the key personnel shall be a professionally registered planner certified by the American Institute of Certified Planners (AICP) and be on staff of the Prime A-E firm. Each resume shall include a minimum of three (3) and a maximum of five (5) specific, recently completed projects that best illustrate the individual member's qualifications in performing the required A-E services. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. "Recent" is defined as professional A-E Facility Planning services completed by the individual within the past five years prior to this Sources Sought Synopsis announcement due date of May 28, 2020. Section H - Additional Information: On a maximum of two pages, list a minimum of five (5) and a maximum of ten (10) specific, recently completed projects that best illustrate proposed team's qualifications in the required services. Include the A-E fee for the services performed. At least three (3) of the projects shall have both a minimum A-E fee of $250,000 for Facility Planning services and be self-performed by the Prime A-E firm. At least one (1) project shall have both a minimum A-E fee of $500,000 for Facility Planning services and be self-performed by the Prime A-E firm. A specific project is a single project or a single task order under an indefinite quantity contract or on-call type contract. "Recent" is defined as contracted A-E Facility Planning services completed by the firm within the past five years prior to this Sources Sought Synopsis announcement due date of May 28, 2020. Select projects where multiple team members - including sub-contractors - worked together, that demonstrate the team's capability to perform the required services. List each project as a brief paragraph listing the project title, location, team members involved, cost, planning services and construction completion dates (as applicable) and how each project reflects experience in the required services. Section H - Additional Information: On a maximum of one (1) page, provide two brief paragraphs, one addressing "Location" and one addressing "Capacity". Entitle the first paragraph "Location" and within that paragraph indicate the location of the firm's main office, branch offices, and which office will provide the majority of the work and describe the designated prime office team's knowledge and availability to work in the proposed geographical areas of this contract. Entitle the second paragraph "Capacity" and within that paragraph indicate the number of employees within each geographic office location of the firm responsible for the required A-E services and address the firm's capacity and methods to manage and perform quality assurance / quality control of multiple small and large task orders simultaneously. The Offeror/Contractor must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219.14 (b)(1) Limitation on Subcontracting. Section I - Authorized Representative: Ensure the authorized representative of the firm signs the page attesting to the information provided in the sources sought response. Part II General Qualifications: Complete SF330 Part II - General Qualifications for the Prime A-E Firm responding to this Sources Sought Notice. Responses to this Sources Sought announcement are due no later than 1:00 PM PST on June 15, 2020. Please address your response to Harold Hayes, in a PDF format, to harold.hayes@navy.mil. Facsimile submittals will not be accepted. All NAVFAC Southwest solicitations are posted on the website at https://beta.sam.gov/ and begin with "N62473." The method of contractor selection has not been determined at this time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

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