Search Contract Opportunities

AE IDIQ Electrical and Mechanical Engineering Services   2

ID: N6247323R5203 • Type: Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 25, 2023, 2:01 p.m. EDT
AMENDMENT 0004 (13 OCT 2023) - The purpose of this Amendment is to provide responses to RFIs received in response to the solicitation, along with a revised synopsis.
Posted: Oct. 13, 2023, 11:29 a.m. EDT
Posted: Oct. 4, 2023, 5:56 p.m. EDT
Posted: Sept. 27, 2023, 12:55 p.m. EDT
Posted: Sept. 19, 2023, 5:00 p.m. EDT
THIS IS AN UNRESTRICTED PROCUREMENT. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services for Electrical and Mechanical Engineering at various military installations located in the NAVFAC SW AOR: California, Arizona, Nevada, Colorado, New Mexico, Utah, but may include work worldwide. The preponderance of work is expected to be in Southern California. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of two (2) years and one (1) three (3)-year option period, for a total of five (5) years. The total fee for the contract term shall not exceed $50,000,000. The guaranteed minimum for the contract term is $5,000. Firm-fixed price task orders will be negotiated for this contract. The minimum value of individual task orders executed under this contract is $200,000 and the maximum value is $4,000,000. There will be no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is June 2024. Primary A-E Services: 1. Fully designed plans and specifications (including cost estimates) construction contract packages; 2. Preparation of design-build Request for Proposal (RFP) packages (including cost estimates); and 3. Field investigations, studies, evaluations, and recommendations for new or upgrades to existing facilities/systems (including cost estimates, if applicable); Support A-E services: 1. Post construction award services (PCAS); 2. Perform technical reviews of government-prepared designs and design-build packages; 3. Preparation of planning and programming support documents (DD1391 documents); 4. Incidental architectural, civil, structural, fire protection, geotechnical, and environmental work; and 5. Identification and abatement methods for existing asbestos-containing materials, lead-based paint, and other hazardous materials. Types of projects may include, but are not limited to, new construction and renovation/repair of: Electrical Projects: a. Onsite power generating systems including solar and cogeneration; b. Control systems including microgrid and utility control systems; c. Interior and exterior electrical power systems including interior building power, medium and low voltage distribution systems, primary and secondary substations, Uninterruptible Power Supply (UPS), emergency generators; d. Telecommunication (e.g. inside plant (ISP), outside plant (OSP), cable TV); e. Security systems (e.g. electronic security systems); f. Lighting systems (interior and exterior); and g. Sustainable energy documentation (e.g. Energy Master Planning, Commissioning, Life Cycle Cost, LEED/Third Party Certifications, American Society of Heating, Refrigerant and Air-Conditioning Engineers (ASHRAE) 90.1 compliance documents, and ASHRAE 90.1 Performance Rating Method reports) Mechanical Projects: a. Heating, ventilation, air conditioning and control (HVAC) systems including exhaust systems, direct digital control schematic and architecture; b. Energy supply and distribution systems (e.g. above and below ground steam distribution, medical gas, high temperature/pressure water, refrigeration systems, and natural gas including earthquake shut off valves); c. Plumbing systems; and d. Sustainable energy documentation (e.g. Energy Master Planning, Commissioning, Life Cycle Cost, LEED/Third Party Certifications, ASHRAE 90.1 compliance documents, and ASHRAE 90.1 Performance Rating Method reports). Please see attached synopsis for full synopsis description/instructions.
Background
The solicitation is for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services for Electrical and Mechanical Engineering at various military installations located in the NAVFAC SW AOR: California, Arizona, Nevada, Colorado, New Mexico, Utah, but may include work worldwide. The preponderance of work is expected to be in Southern California. The contract will be procured under 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by Subpart 36.6. The IDIQ contract will be for a base period of two (2) years and one (1) three (3)-year option period, for a total of five (5) years. The total fee for the contract term shall not exceed $50,000,000.

Work Details
The primary AE services required include fully designed plans and specifications for construction contract packages, preparation of design-build Request for Proposal (RFP) packages, field investigations, studies, evaluations, and recommendations for new or upgrades to existing facilities/systems.
Support AE services include post construction award services (PCAS), technical reviews of government-prepared designs and design-build packages, preparation of planning and programming support documents, incidental architectural, civil, structural, fire protection, geotechnical, and environmental work.

Period of Performance
The IDIQ contract will have a base period of two (2) years and one (1) three (3)-year option period, totaling five (5) years. The estimated start date is June 2024.

Place of Performance
The contract will primarily be performed at various military installations located in the NAVFAC SW AOR: California, Arizona, Nevada, Colorado, New Mexico, Utah.

Overview

Response Deadline
Nov. 9, 2023, 5:00 p.m. EST (original: Nov. 2, 2023, 5:00 p.m. EDT) Past Due
Posted
Sept. 19, 2023, 5:00 p.m. EDT (updated: Oct. 25, 2023, 2:01 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
On 9/19/23 NAVFAC Southwest issued Solicitation N6247323R5203 for AE IDIQ Electrical and Mechanical Engineering Services due 11/9/23. The opportunity was issued full & open with NAICS 541330 and PSC C219.
Primary Contact
Name
HAROLD HAYES   Profile
Phone
(619) 705-4646

Secondary Contact

Name
Britney MACHADO-POTESTIO   Profile
Phone
(619) 705-4665

Documents

Posted documents for Solicitation N6247323R5203

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation N6247323R5203

Award Notifications

Agency published notification of awards for Solicitation N6247323R5203

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N6247323R5203

Contract Awards

Prime contracts awarded through Solicitation N6247323R5203

Incumbent or Similar Awards

Contracts Similar to Solicitation N6247323R5203

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N6247323R5203

Similar Active Opportunities

Open contract opportunities similar to Solicitation N6247323R5203

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC SW > NAVFAC SOUTHWEST
FPDS Organization Code
1700-N62473
Source Organization Code
500045870
Last Updated
Dec. 19, 2023
Last Updated By
harold.w.hayes10.civ@us.navy.mil
Archive Date
Dec. 19, 2023