Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2002 FBO #0308
SOLICITATION NOTICE

C -- Indefinite delivery solicitation for professional land and facility planning services in the SOUTHDIV area of responsibility

Notice Date
10/4/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-0454
 
Archive Date
11/22/2002
 
Point of Contact
Frances Mitchell, Program Management Assistant, Phone 843-820-5749, Fax 843-820-5853,
 
E-Mail Address
mitchellfj@efdsouth.navfac.navy.mil
 
Description
One firm will be selected for this solicitation. This solicitation is UNRESTRICTED. Contract shall be for professional facilities planning services necessary in (but not limited to) the SOUTHDIV AOR. The primary work required under the contract shall include the application of sound facility planning principles, processes, analyses and regulations in the development and refinement of various facility components, such as: technical reports and studies, and project program development. More specifically, this could include, but is not limited to: Basic Facility Requirements studies; existing facilities assets evaluations; military construction project planning documentation (facility studies, economic and efficiency analysis, etc.); budgetary cost estimates; Capital Improvement Plans; innovative/alternative solutions to Navy facility requirements, such as public-private partnerships and joint-sharing of facility assets and special related studies. Knowledge of the Naval Facilities Engineering Command?s shore facilities planning system, and operational issues specific to the development of Naval activities is also required. The selected firms must have proven competency in web-based technology and the electronic integration of graphic, narrative, pictorial, and tabular data. The demonstrated ability in electronic integration and visualization technology support is necessary for the computer-assisted planning applications that have been developed for Navy Shore Facility planning and master planning components of Navy Regional Commanders, major claimant activities, Marine Corps, Navy Reserves, and other Federal activities. The prime/team may be required to integrate these Navy Shore Facility planning and master planning components with NAVFAC?s electronic planning and management applications, such as a Regional Shore Infrastructure Plan or other activity/regional planning management models which utilize graphic, narrative, pictorial, and tabular data. The contract will provide facility planning support for the Southern Division, Naval Facilities Engineering Command, Charleston, SC AOR: AL, AR, CO, FL, GA, IL, IN, IA, KS, KY, LA, MI, MN, MS, MO, NC, ND, NE, OH, OK, SC, SD, TN, TX, WI, and WY. The firm/team may also, on occasion, be tasked to provide the services described herein at Government activities outside the SOUTHDIV AOR. These actions will be decided on a case-by-case basis as approved by the contracting officer. It is anticipated that most work will be in the SOUTHDIV AOR. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. The Government reserves the option to extend the contract for four additional years (twelve months for each year or less than twelve months in the option years. There will be no future synopsis in the event the options included in the contract are exercised. The anticipated value of this contract is $7,500,000. The Government guarantees a minimum amount of $34,000 for the base year paid only once for the life of the contract. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the A-E firms: 1. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and/or certification; and experience) of individual planning team members. 2. SPECIALIZED EXPERIENCE: Recent experience (within the past 5 years) of planning/design team members individually AND collectively as a total team (A-E, Client, Outside agencies) in performing a) Facility planning studies; b) Planning solutions that are operationally, socially, and economically sustainable; c) Facility planning studies using the Navy Shore Facilities Planning System (assets analysis, facility, planning, project documentation); d) Master planning using GIS, CADD or other type computer-assisted planning systems; e) Economic analyses for projects; and f) Related facility planning studies and services. 3. PERFORMANCE: Past performance ratings by Government agencies and private industry with respect to work quality, innovation, performance, and compliance with schedules and cost control. 4. CAPACITY: a) Capacity of firm and project teams to accomplish multiple projects concurrently, and b) Ability to sustain the loss of key personnel while accomplishing the work within the required time limit. 5. LOCATION: a) Knowledge of local conditions and applicable regulatory requirements, and b) Ability of the firm to ensure timely response for on-site support. 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: Any large firm that is selected will be required to submit a subcontracting plan before price negotiations begin for contract award. Large business firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, service disabled 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 for these contracts is 65% for small businesses, 14.5% for small disadvantaged businesses, 13.6% for woman-owned businesses, 2.5% HUB Zone businesses for FY03 and beyond, 3% for veteran-owned businesses, and 3% for service disabled veteran-owned business concerns. In order to assist the committee to more efficiently review all applications, A SUMMARY OF EXPERIENCE AS SPECIFICALLY DEFINED IN CRITERIA 1 AND 2 (EXPERIENCE AND QUALIFICATIONS AND PROPOSED TEAM STAFFING AND DEPTH OF ADDITIONAL STAFF SUPPORT) IS REQUESTED AS PART OF OR IN ADDITION TO THE SF 255 AS FOLLOWS: 1. Summarize in descending order of significance, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information where applicable: a) list the currently proposed team members who worked on the projects; and b) an owner point of contact with telephone number; 2. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration and date; f) assigned team responsibility; g) years with current firm, years with other firms; and h) percent of time committed to this team. 3. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in, the event of loss of key personnel or failure to maintain schedules. 4. A-Es responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. For consideration, provide ONE original (UNBOUND) SF255 and SF254 for the prime and one SF254 for each consultant proposed. The SF255 with attachments shall be limited to 25 pages (8.5 X 11?, one sided), with print size not less than 12-pitch font. Every page that is not a SF254 will be included in the 25-page count. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on THURSDAY, 07 NOVEMBER 2002. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF254s already on file will be used. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Include telefax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number 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 541330 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 02-R-0454". This is NOT a request for proposal. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 (P.O. Box 190010, North Charleston, SC 29419-9010). ADDRESS ALL RESPONSES TO ATTN: CODE ACQ13fm.
 
Place of Performance
Address: Barksdale AFB, Shreveport, LA
Country: USA
 
Record
SN00182612-W 20021006/021004213405 (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.