Search Contract Opportunities

Indefinite Delivery Indefinite Quantity type, performance-based contract to provide Professional Services to support the Navy Public Works Business Line NAVFAC SE

ID: N69450-23-R-PW03 • Type: Sources Sought
HigherGov Subscribers Knew about This Opportunity Months Ago

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

Posted: March 17, 2023, 2:57 p.m. EDT

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.

Amendment 01

This market research tool is being issued for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Systems Command (NAVFAC), implied or otherwise, to issue a solicitation or ultimately award a contract. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only, and to identify contractors who possess the capabilities to provide the services as specified below. NAVFAC Southeast (SE) is performing this market research to aid in the development of its acquisition approach. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. Respondents will not be notified of the results of the evaluation.

NAVFAC SE is seeking to identify ALL companies with the capacity, experience and interest in competing for an Indefinite Delivery Indefinite Quantity type, performance-based contract to provide Professional Services in support of the Navy's Public Works Business Line. Work will be located predominantly within the NAVFAC SE Area of Responsibility (AOR), to include the states of Alabama, Arkansas, Florida, Georgia, Kansas, Louisiana, Mississippi, Missouri, Oklahoma, South Carolina, Tennessee and Texas as well as the OCONUS locations of Cuba, El Salvador, Puerto Rico, Peru, and St. Croix, to assist in the management of the Navy's electric, civil, and mechanical utility systems. Should a solicitation develop upon completion of market research, it is anticipated that it would consist of a base period and 4 option years. The anticipated aggregate total of work to be issued over the life of the contract via task order(s) shall not exceed the estimated maximum amount of $35 million. The NAICS code for this procurement is NAICS 541330, Engineering Services with a small business size standard classification of $25,000,000. Note that although the selected NAICS is 541330, the planned solicitation will NOT result in award of an Architect-Engineer type contract using procedures in FAR Part 36. The planned solicitation is anticipated to utilize source selection procedures as outlined in FAR Part 15.

NAVFAC SE is searching the marketplace for companies that are capable of providing professional services, which includes provision of all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed below. The primary tasks anticipated under this contract include support of the Public Works Business Line Products and Services supporting Naval facilities with professional knowledge, skills, and experience in the electric power, water, wastewater, natural gas, steam, and compressed air industries. Services provided will require the contractor to have experience in the following areas: utility management; utility operation and maintenance; electric and steam production; electric and steam distribution; natural gas distribution; water and wastewater treatment; water distribution; wastewater collection; utility privatization and out-sourcing; cyber security and control systems; advanced metering; energy management; energy security; energy and water conservation; project financing; utility regulation; utility rate making and analysis; commodity and service pricing and procurement; supply and demand practices; market design; and fuel sourcing. Some work may be within classified facilities and be exposed to classified information that will require additional security clearance.

The specific services include related to the electric power, water, wastewater, natural gas, steam, and compressed air utilities will include but are not limited to:

1) Utility System Assessment and Asset Management

a. Utility system master plan for long term solutions to issues of staffing, energy conservation and efficiency, water reuse, recycling, alternative fuels, best management practices for operation and maintenance, long term trends in utility markets, utility system right-sizing, utilities systems risk analysis, technological advances, DoE energy goals.

b. Perform utility system assessments and produce recommendations that include operational, maintenance, and capital improvements to meet stated Product Line goals. Perform alternatives analysis, economic analysis, energy Return on Investment analysis, and risk assessment. Produce project documentation for recommendations to include: Military Construction (DD 1391), Capital Investment Program, Energy Conservation Investment Program, Major Maintenance and Repair Program, and energy return on investment programs.

c. Update Utilities Inventory and Condition Assessment Program tools and documentation to ensure they are current with industry best practices for asset management and Product Line objectives. Provide classroom and web-based training to Product Line personnel.

2) Smart Energy to include strategic plans for areas such as:

a. Assist in the development, and support implementation of a utility control system, advanced meter, and smart grid program that complies with current cyber security and mission assurance requirements. Evaluate and recommend improvements to the use and management of control system assets and their information (e.g. SCADA, DDC, AMI). Evaluate and recommend improvements to integration of control systems with business information systems (e.g. Maximo, GIS, DUERS, CIRCUITS, URT) under a central operations center concept and using secure networks.

3) Technical and Financial Analysis (utility improvement and privatization programs, etc):

a. Perform technical and financial analysis of utility improvements, including renewable options such as solar, wind, biomass, and evaluate alternative funding methods available, such as Enhanced Use Lease, Purchase Power Agreements, and financed energy projects (e.g. ESPC, UESC).

b. Assist in the development, of a privatization program that combines best practices from the US Air Force, US Army, US Navy, and public and private utilities to meet Product Line objectives, such as lower cost, improved reliability and safety. Provide necessary documentation, tools, training, analysis, and negotiation support to privatize one or more utilities at one or more Public Works Departments.

c. Provide technical and economic support during privatization post-award activities, such as price redetermination.

4) Commodity Management:

a. Assist in the development, for implementing, and training government personnel to sustain a commodity management program for electricity and natural gas that leverages market assessment, competitive procurement, purchase timing, rate analysis, and demand response.

b. Perform cost of service rate analysis in support of water and wastewater rate negotiations with public and private service providers.

c. Assist in the development, of models of purchased commodity costs (e.g. electric power purchased at different rates) and provide benchmarking metrics to measure the effectiveness of commodity purchase decisions against Product Line goals. Develop and deliver comprehensive summary reports to illustrate commodity purchase methodology historic effectiveness and forecasts of future results.

d. Financial analysis relating to utility service charges, capitalization charges, purchase price credits, contract termination, system enhancements and other utility service work, fair market value, and considerations for negotiations.

5) Utilities Management Assessment and Evaluation:

a. Perform a utilities management assessment. For a particular Facilities Engineering Command, Public Works Department, or the entire Product Line, document the current organization, its' processes, staffing, skills, education, and training along with associated costs and priorities. Assess the organization's performance against internal and industry benchmarks and best practices. Recommend improvements to improve performance.

b. Assist in the development, of a strategic plan for the Product Line built upon an assessment of current strengths, weakness, opportunities, and threats, with an eye toward aligning levels of effort across different focus areas to future needs of our customers and larger industry direction. Develop and deploy training to support organizational transformation.

c. Evaluate current operation and maintenance practices and develop documentation, tools, and supply training to implement reliability centered maintenance for a particular Facilities Engineering Command, Public Works Department, or the entire Product Line.

Submittal Requirements: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating the ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's capabilities to perform the defined work. Please note that your submittal shall not exceed twenty (20) single-sided pages; PAGES IN EXCESS OF THE TWENTY (20) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 3:00 P.M. Eastern Standard Time on 06 APR 2023 via email to Mr. Ryan Bell <ryan.d.bell16.civ@us.navy.mil> and Mr. Larry Ossi <lawrence.p.ossi.civ@us.navy.mil>. Identify in the subject line of your response: N69450-23-R-PW03: Utility System Management and Engineering Sources Sought . The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following:

A. Company Profile. To include: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers); (4) copy of any certifications (if 8(a) or HUBZone certified, provide the SBA Business Opportunity Specialist name and phone number assigned); identify the size status of your firm (small or other than small) and if small, identify any sub-categories of small business for which you qualify (i.e., WOSB, EDWOSB, SDB, VOSB, SDVOSB); and (5) indicate if the firm is registered in the System for Award Management (SAM) database, include Unique Entity Identification Number and CAGE Code.

B. Relevant Experience. Include information on recent past projects, Department of Defense preferred, that best illustrate your capabilities to perform the various services listed above. List up to six projects performed within the last five years that best illustrate your capabilities to perform the various services listed above. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officer's name, current telephone number; d. Contracting Officer's Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work; (1) Provide information and experience of key personnel demonstrating the ability to provide the types of services listed in the primary tasks above; (2) Provide a brief written statement as to your ability to perform and manage a minimum of 5 large defined task orders simultaneously at various locations of the NAVFAC SE AOR, both CONUS and applicable OCONUS locations, such as would be required in an IDIQ type contract. (3) Subcontract management: provide information on any proposed joint ventures or teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513); and The Government reserves the right to request additional information as needed, from any and all respondents The Relevant Experience (B) must be complete and sufficiently detailed to allow for a determination of the firm's capabilities to perform the defined work. The Relevant Experience must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to fifteen (15) of the twenty (20) single sided pages.

Answers to questions about this sources sought announcement will be made available to all responders.

C. Potential contractors believing that services identified under a different NAICS code can be provided that will meet or exceed the requirements identified within this sources sought notice are encouraged to respond. Please provide the applicable NAICS code and provide justification/reasoning for selection of that code.

D. Provide a small narrative that identifies the core competencies or specific services (i.e. (1) Utility System Assessment & Asset Management, (2) Smart Energy to include strategic plans, (3) Technical and Financial Analysis, and (4) Commodity Management) within this source sought notice that your company would be capable to perform as a prime contractor. For the specific services your company is not able to perform as a prime contractor, please identify your plan to be able to support NAVFACs need for the other specific services listed within.

E. If a small business respondent; please provide a narrative description detailing how your firm would comply with FAR Clause 52.219-14 Limitations on Subcontracting, Services, if the project was ultimately set-aside for small business concerns.

F. Additional Information. If any, that the responders believe is relevant.

Questions or comments regarding this notice may be addressed in writing to Mr. Ryan Bell via e-mail at ryan.d.bell16.civ@us.navy.mil.

Submissions electronic or mail must be received at the office cited no later than 3:00 P.M. Eastern Daylight Time on 06 APR 2023. LATE RESPONSES WILL NOT BE ACCEPTED.

NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR'S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THE MARKET RESEARCH QUESTIONNAIRE/REQUEST FOR INFORMATION MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN THE PWS.

We appreciate your interest and thank you in advance for responding to this notice.

Posted: March 16, 2023, 3:17 p.m. EDT

Overview

Response Deadline
April 6, 2023, 3:00 p.m. EDT (original: March 31, 2025, 3:00 p.m. EDT) Past Due
Posted
March 16, 2023, 3:17 p.m. EDT (updated: March 17, 2023, 2:57 p.m. EDT)
Set Aside
None
PSC
None
Place of Performance
Jacksonville, FL 32212 United States
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
28%
Vehicle Type
Indefinite Delivery Contract
On 3/16/23 NAVFAC Southeast issued Sources Sought N69450-23-R-PW03 for Indefinite Delivery Indefinite Quantity type, performance-based contract to provide Professional Services to support the Navy Public Works Business Line NAVFAC SE due 4/6/23. The opportunity was issued full & open with NAICS 541330.
Primary Contact
Name
Ryan Bell   Profile
Phone
None

Secondary Contact

Name
Larry Ossi   Profile
Phone
None

Documents

Posted documents for Sources Sought N69450-23-R-PW03

Incumbent or Similar Awards

Contracts Similar to Sources Sought N69450-23-R-PW03

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N69450-23-R-PW03

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N69450-23-R-PW03

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC SOUTHEAST > NAVFAC SOUTHEAST
FPDS Organization Code
1700-N69450
Source Organization Code
100504950
Last Updated
April 7, 2023
Last Updated By
ryan.d.bell1@navy.mil
Archive Date
April 7, 2023