Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2002 FBO #0138
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Architectural/Engineering Services for Various Projects Involving Civil Engineering for Water / Wastewater System Projects Located at Camp Pendleton, CA

Notice Date
4/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Camp Pendleton Area Focus Team, Attn: 5C02 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-02-R-6107
 
Response Due
5/18/2002
 
Archive Date
6/2/2002
 
Point of Contact
michelle nolen, contract specialist, Phone 6195326307, - kathy jones, contract specialist, Phone 6195321456, Fax 6195322381,
 
E-Mail Address
nolenma@efdsw.navfac.navy.mil, joneskl@efdsw.navfac.navy.mil
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. This proposed contract is an unrestricted procurement. This contract is an Indefinite Quantity Architectural and Engineering services for preparation of design plans and specifications for a multiple year multiple phased design of a comprehensive water / wastewater treatment system program at Marine Corps Base (MCB) Camp Pendleton. This water / wastewater treatment system program will include, but not be limited to, currently planned Military Construction (MILCON) Projects; P-002, Tertiary Treatment Plant; P-112 Wastewater Conveyance; and P-110 Reclamation for Santa Margarita Basin. The water / wastewater treatment system program may also include, but not be limited to various Marine Corps Special Projects for repair and upgrades. This could include treatment analysis and characterization, flow and chemical monitoring, testing and analysis, wastewater treatment modeling and analysis, groundwater modeling and analysis, seismic upgrades, grading paving, utility systems upgrade, identification of and design for lead paint abatement, life safety, site surveys, site investigations, geotechnical engineering, cost estimating, and economic analysis required to develop and define actual costs of construction. Also included are short and long term planning involving water and wastewater facilities, feasibility studies, and 1391 planning documentation preparation. The lead discipline shall be a registered Civil Engineer. This work may include, but is not limited to, development of Request for Proposal (RFP) packages for Design Build projects or fully designed plans and specifications, for the water / wastewater treatment system program, including construction support services for new and existing facilities. The length of the contract will be 365 days from the date of contract award, or until a $6,000,000 limit is reached. The government has the option to extend this contract for four (4) additional periods, not to exceed 365 days, or until additional limits of $6,000,000 for Option Year 1, $4,000,000 for Option Year 2, $2,000,000 for Option Year 3, $2,000,000 for Option Year 4, or until the $20,000,000.00 limit is reached. A total amount of $20,000,000 shall not be exceeded. If the dollar capacity of the previous period has not been used, this unused capacity will be added to the subsequent option period (if it is exercised). The hourly rates will be negotiated for each calendar year and is independent of which option is in effect. The minimum guaranteed fee is $5,000 for the base year. The estimated start date is September 2002. Selection criteria will include (in order of importance): (1) Professional Qualifications of staff and consultants to be involved in the preparation of engineering studies, designs, drawings and specifications with experience in successfully meeting concurrent fast-track water and / or wastewater facility design schedules; completion of feasibility and engineering studies involving major (over 1 million) water and wastewater systems involving short and long term planning for repair, upgrades and new construction projects; completion of design drawings and specifications involving complex water and wastewater systems and facilities, including but not limited to: potable water and wastewater treatment technology and analysis, geotechnical engineering, site surveys and investigations (including environmental as well as engineering), cost estimating, economic analysis to develop and define actual construction costs, computer modeling of water and wastewater systems, computer modeling of surface water movement and river engineering, and wastewater effluent reuse and regulatory requirements; completion of Request For Proposal (RFP) packages for design-build contracts, specifically with potable water and wastewater utilities, utilizing performance-based specification requirements; the coordination of various architectural and engineering disciplines and the various aspects of phasing construction to accommodate funding requirements or customer needs; working knowledge and experience with current environmental laws and regulations applicable to construction projects including, but not limited to: biological constraints and requirements, NEPA constraints and requirements, potable water, wastewater and wastewater effluent regulations and requirements, RCRA, CERCLA, habitat restoration and mitigation; and coordinating with various environmental regulatory agencies. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. Provide an organization chart with proposed staff and duties on this contract. (2) Recent (less than 5 years) Specialized Experience of the firm (including consultants) in completion of feasibility and engineering studies involving major (over 1 million) water and wastewater systems involving short and long term planning for repair, upgrades and new construction projects; completion of design drawings and specifications involving complex water and wastewater systems and facilities, including but not limited to: potable water and wastewater treatment technology and analysis, geotechnical engineering, site surveys and investigations (including environmental as well as engineering), cost estimating, economic analysis to develop and define actual construction costs, computer modeling of water and wastewater systems, computer modeling of surface water movement and river engineering, wastewater effluent reuse and regulatory requirements; completion of Request For Proposal (RFP) packages for design-build contracts, specifically with potable water and wastewater utilities, utilizing performance-based specification requirements; the ability to coordinate various architectural and engineering disciplines and the various aspects of phasing construction to accommodate funding requirements or customer needs; working knowledge and experience with current environmental laws and regulations applicable to construction projects including, but not limited to: biological constraints and requirements, NEPA constraints and requirements, potable water, wastewater and wastewater effluent regulations and requirements, RCRA, CERCLA, habitat restoration and mitigation; demonstrate how the proposed team for this contract has had successful synergy and worked as a team on past projects. Do not list more than ten (10) projects in Block 8 of the SF 255: ensure that these are specific projects listed and not contracts; and Indicate which consultants from the proposed team, if any, participated in the preparation of studies, RFP or designs for each of the projects listed in Block 8. (3) Past Performance on contracts with government agencies and private industry in terms cost control procedures and what team member is responsible for monitoring these processes; internal quality control procedures and internal quality assurance procedures and what team members are responsible for monitoring these processes. Specify how QA/QC will be executed on this contract, who will be in charge, who will be key personnel in this contracts QA/QC procedures, the processes, etc. Provide a flow chart of how the process will work and how you will keep the government informed during the QA/QC process on this contract; internal scheduling processes and compliance with CPM (critical path method) and what team members are responsible for monitoring these processes; change order occurrence: provide a matrix of A/E estimate for construction, construction award, percentage differential, total number of design related change orders during construction, and cost for these design related change orders, utilizing specific examples cited in Block 10 of the SF 255; recent awards, commendations and other performance evaluations; and provide liability insurance limits of the firm. (4) Capacity to accomplish the work in the required time: indicate the firm's present workload; indicate the program managers availability for the duration of the contract including options; indicate the availability of the project team (including consultants) for the specified contract performance period including options; provide specific information on the firm's recent track record in meeting production schedules; and indicate prior security clearances of project team members. (5) Sustainable Design: Contractor shall demonstrate success in incorporating the use of recovered materials, achieving waste reduction, and energy efficiency in designs. (6) Location: Location in the general geographic area of Camp Pendleton, CA, and knowledge of the locality, provided that the application of this criterion leaves an appropriate number of firms given the nature and size of this project. (7) List the small, disadvantaged, woman-owned business, veteran-owned small business or service-disabled veteran-owned small business concerns or HUBZone small business firms used as primary consultants or as sub-consultants. If a large business concern is short listed, they will be required to submit a subcontracting plan that should reflect a minimum 23% Small Business, 5% Small Disadvantaged Business, 5% Woman Owned Small Business and 3% Veteran-owned small business or service-disabled veteran-owned small business and 2.5% HUBZone Small Business, of the amount to be subcontracted out. (8) VOLUME: List the volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Those firms that meet the requirements described in this announcement and who wish to be considered, must submit one copy each of a SF 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255. One copy of the submittal package is to be received in this office no later than 3:00 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for address listed in block 3), and TIN number in block 3, fax number and email address in block 3a, and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 35 printed pages (double sided is considered to be two pages / organizational charts and photographs included. Exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 35 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information or registration offerors may call 1-888-227-2423, or via Internet at http:/ccr.edi.disa.mil. The North America Industry classification System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million. See Numbered Note(s) 24, 26.
 
Place of Performance
Address: Marine Corps Base, Camp Pendleton, California
Zip Code: 92055
 
Record
SN00061618-W 20020419/020417213441 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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.