Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2002 FBO #0376
SOLICITATION NOTICE

C -- Firm Fixed Price Contract for Electrical Engineering Design Services

Notice Date
1/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, ROICC Cherry Point, PCS Box 8006 CGMAS Cherry Point, Cherry Point, NC, 28533-0006
 
ZIP Code
28533-0006
 
Solicitation Number
N62470-02-C-4018
 
Response Due
2/15/2002
 
Point of Contact
Marsha Temple, Contract Specialist, Phone 252-466-4751, Fax 252-466-4746, - Stephanie Reiter, Contract Specialist, Phone 252-466-4747, Fax 252-466-4746,
 
E-Mail Address
templemg@efdlant.navfac.navy.mil, reitersi@efdlant.navfac.navy.mil
 
Description
s qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) and (2) are of equal and greatest importance; factors (6), (7), and (8) are of lesser importance than factors (1) through (5). Pertinent statements relative to the evaluation factors shall be included in Part 10 of form SF-255. Superfluous information is discouraged. Specific evaluation factors include: (1) Professional qualifications of the firm's proposed personnel and its consultants (if proposed), necessary for satisfactory performance of required services. Resumes shall be included for persons expected to perform work under this contract, shall identify anticipated role in performing contract work, shall show specific location of each person?s assigned office, shall list specific training and certification, and shall highlight specific work experience applicable to this contract; (2) Specialized recent (within the last five years) experience of the firm (including consultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed consultants/associates. In Part 8 of SF-255 provide a synopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Include only projects involving electrical designs similar in nature to required work. Specific projects listed shall include a cross reference to the names of persons identified in evaluation factor 1 and briefly describe their role in the project. Provide evidence that your firm is permitted by law to practice the profession of engineering in the State of residence, i.e., state registration number. In addition, firms are required to provide design documentation of a detailed nature as described in Cherry Point?s A&E Guide which is contained in the Construction Criteria Base (CCB) system, Documents Library, NAVFAC Criteria/Regional A/E Guides subdirectory. Firm?s must demonstrate that they are capable and willing to provide this level of documentation; (3) Capacity to accomplish the work in the required time. Describe knowledge of the work area at Cherry Point and outlying fields. In a maximum of one page, provide a narrative and/or chart or graph showing the anticipated backlog of work over the next twelve-month period for key personnel proposed for use in this contract. Firms shall identify any major pending projects or organizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page maximum for you and consultants that describes office automation support and systems and other supporting equipment (i.e., AutoCAD, SpecsIntact); (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Firms may submit letters of commendation received for the specific projects identified in Part 8 of SF-255; (5) Quality and cost control. Provide a one page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. Identify how these will be maintained for all work by multiple offices and consultants. Provide an example of your quality control program in action; (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Relate to personnel proposed and example projects listed, if possible; (7) Geographical office locations of the firm (including consultants) that will be involved in the contract. State anticipated mode of transportation to be used from each office and estimate approximate mileage and typical response time. Application of this criterion is contingent upon receiving an appropriate number of qualified firms; (8) The volume of work previously awarded to the firm by the Department of Defense (DOD) shall also be considered, with the object of effecting an equitable distribution of DOD architect-engineer contracts among qualified architect-engineer firms. Responses shall be sent to CG, MCAS, Cherry Point, Facilities, OIC, NAVFAC Contracts, Building 163, Curtis Road, Cherry Point, North Carolina and received no later than 4:00 P.M. on the closing date. Late responses will be handled in accordance with FAR 52.214-7. THIS PROPOSED CONTRACT IS BEING SOLICITED ON AN UNRESTRICTED BASIS. THEREFORE, REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. The small business size standard classification is 54133. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (09-JAN-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 11-DEC-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62470CP/N62470-02-C-4018/listing.html)
 
Place of Performance
Address: Marine Corps Air Station, Cherry Point, North Carolina
Zip Code: 28533-0006
Country: USA
 
Record
SN00221852-F 20021213/021211213833 (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.