Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2001 FBO #0019
PRESOLICITATION NOTICE

C -- Indefinite Quantity Multi-Discipline Architecture-Engineering Services for Naval Air Station, Pensacola, FL Region

Notice Date
12/19/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Pensacola, 520 Turner Street Building 746, Pensacola, FL, 32508
 
ZIP Code
32508
 
Solicitation Number
N62467-02-R-3123
 
Response Due
1/24/2002
 
Point of Contact
Mary Parker, Contracting Officer, Phone 850-452-4616 x-127, Fax 850-452-4505, - Betty Anderson, Contracting Officer, Phone 850-452-4616 x-122, Fax 850-452-9398,
 
E-Mail Address
parkermc@efdsouth.navfac.navy.mil, andersonbj@efdsouth.navfac.navy.mil
 
Description
This is an unrestricted solicitation. One firm will be selected for this solicitation. The work will be ordered by the Resident Officer in Charge of Construction, Naval Air Station, Pensacola, FL. The work includes A-E services for projects and services located within the Naval Air Station Pensacola, FL Region, including NW Florida and SE Alabama. At the discretion of the government, additional requirements at other bases within the Southern Division, Naval Facilities Engineering Command area of responsibility may be included in this contract, as determined by the Contracting Officer on a case-by-case basis. This contract may include additional ordering officers. Work includes project planning and development, preparation of plans in AUTOCAD Release 2000 or higher, specifications using SPECSINTACT System, and cost estimates using a government provided Work Breakdown Structures (WBS) system format using the ?SUCCESS? program (www.uscost.net\CostEngineering) for all types of new and existing facilities. The following services may be required: engineering services, design services, preparation of design-build RFP?s, preparation of planning documentation, topographic surveys and geotechnical engineering reports, collateral equipment lists, preliminary hazard analysis, obtaining permits and regulatory approvals, contractor submittal review, construction field inspection and consultation, comprehensive interior design, Title II Inspection, Operations & Maintenance Support Information (OMSI), preparation of shop plans, and as-built drawing preparation. Some projects may require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint surveys and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. Contract award is contingent upon availability of funds. The total value of this contract will not exceed $5,000,000 total fee. A minimum guarantee of $20,000.00 is payable for the life of the contract. The contract period is one year with four 12-month option periods for the complete services described above. The following criteria (listed in descending order of importance) will be used for selection. 1. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration, and experience) of individual design team members which must include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering with 5 years of full-time experience, a registered communications distribution designer, an engineer or architect with a minimum of 10 years roofing and waterproofing design experience, a registered landscape architect, and an interior designer registered by either the National Council of Interior Design Qualifications (NCIDQ) or National Council of Architectural Registration Board (NCARB). 2. EXPERIENCE: Recent experience (within the past 5 years) of design team members individually and collectively as a total team (A-E, Client, Outside agencies) in (a) performing facility planning studies; (b) designing for reserve centers, training facilities, vehicle maintenance facilities, administrative, industrial, and community facilities, barracks, utility, renovations, historical preservation projects, and site improvements; (c) designing services for construction, interior and exterior renovation of existing buildings, HVAC systems, roads, parking lots, aircraft runways and parking aprons, drainage structures and utility systems, including airfield lighting, sewage and waste disposal system. (d) designing projects to Navy or other DoD agencies criteria, including the criteria for sustainable designs and Anti-Terrorism Force Protection (ATFP) designs; (e) designs using AUTOCAD, SPECSINTACT, and NAVFAC cost estimating; (f) on-site functional analysis, space programming, and budgetary cost engineering; (g) experience of both the firm and key personnel in comprehensive interior design; and (h) knowledge of the federal acquisition process, including design-bid-build and design-build processes. 3. PERFORMANCE: Past performance ratings by Government agencies and private industry with respect to work quality, performance, compliance with schedules, and cost control, including designing to a specific construction budget. 4. CAPACITY: (a) Capacity of firm and project teams to accomplish multiple large and small projects simultaneously; and (b) ability to sustain the loss of key personnel while accomplishing work within required time limits. 5. LOCATION: (a) Location of the design firm within 100 miles of NAS Pensacola (to ensure timely responses to unanticipated requests for on-site support provided that application of this criteria results in an appropriate number of qualified firms); and knowledge of local site conditions and applicable regulatory requirements. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DoD A-E contracts. 7. JOINT VENTURE, TEAMING, OR SUBCONTRACTOR UTILIZATION: Firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, HUBZone small business, small disadvantaged businesses, and woman-owned small business concerns as consultants in performance of this contract. The current subcontracting goals established are 65% for small businesses, 12% for small disadvantaged businesses, 5% for woman-owned businesses, 2.5% HUBZone businesses, and 3% for veteran-owned businesses. Any large firm that is slated will be required to submit a subcontracting plan before price negotiations begin for contract award. In order to assist the committee to more efficiently review all applications, a summary of experience, proposed team staffing, and depth of additional staff support is requested as part of the SF 255, as follows: 1. Summarize not more than three of your most relevant projects for each type project required under the experience category. For each of the presented projects, give the following information where applicable: (a) costs; (b) project team members that worked on the project; (c) owner point of contact (with telephone number); and (d) number and dollar value of change orders. 2. Summarize proposed team in tabular form with the following data: (a) firm name; (b) individual?s name; (c) work history with individual and consultant firm; (d) office location (home or branch office); (e) professional degree(s), and date(s); (f) professional registration(s), date(s), and state(s); (g) assigned team responsibility; (h) percent of time committed to this team; and (i) synopsis of experience including firm name(s), years with each firm, and type of design experience with each firm. 3. List number of individuals in each discipline NOT assigned to proposed team who could be used to augment proposed team (in event of loss of personnel or failure to maintain schedules). SELECTION INTERVIEW REQUIREMENTS: Prior to the selection interview, A-E firms slated must submit their Design Quality Assurance Plan (DQAP). This shall include an explanation of their management approach and commitment to accomplishing designs for small and large construction projects ranging from an ECC of $25,000 to $10,000,000, their commitment to a quality philosophy, specific quality control process, a portfolio of designs and studies (both new construction and upgrades to existing facilities), a listing of present business commitments with their required completion schedules, financial and credit references (including name and telephone numbers of officers at their financial institutions), and performance references other than Southern Division, Naval Facilities Engineering Command (include 3 or more with names and telephone numbers of the contract administrators). For consideration, provide one original SF 255 and SF 254 (not over one year old) for the prime and one SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages (8.5x11 one sided), with print size not smaller than 12-pitch font. The submittal package must be received in this office not later than 4:00 p.m., Central Standard Time on 24 January 2002. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 254?s already on file will be used. Offerors must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is HYPERLINK "http://www.ccr2000.com". Include telephone and FAX numbers and e-mail address in Block 3a and the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE, and TIN are discussed in the DoD FAR Supplement, Part 204, Subpart 204.72. NAICS (formerly SIC) is 54131 and Size Standard is $4M. For each contract, label lower right corner of outside mailing envelope with ?A-E Services, N62467-02-R-3123.? This is not a request for proposal. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Resident Officer in Charge of Construction, 520 Turner Street, Naval Air Station, Pensacola, FL 32508-5225, Attention: M. C. Parker.
 
Place of Performance
Address: Resident Officer In Charge Of Construction, 520 Turner Street, Pensacola, FL 32508-5225
Zip Code: 32508-5225
Country: USA
 
Record
SN20011221/00008645-011220090920 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.