SOLICITATION NOTICE
C -- Multi-Discipline Architect-Engineer Services Contract for Infrastructures and Building Projects Including Surveys and Related Services, Various Locations, Guam
- Notice Date
- 3/11/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, OICC Marianas, PSC 455, Box 175 FPO AP, Santa Rita, GU, 96540-2200
- ZIP Code
- 96540-2200
- Solicitation Number
- N62766-03-R-0301
- Archive Date
- 4/29/2003
- Point of Contact
- Doris Castro, Contracting Officer, Phone 6713398465, Fax 6713394248, - Bernadita Terlaje, Contracting Officer, Phone 6713398387, Fax 6713397077,
- E-Mail Address
-
castrodr@pwcguam.navy.mil, terlajeb@pwcguam.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- North American Industry Classification System code is 541330 for this solicitation with a size standard of $4.0 MIL. This is an indefinite quantity type contract for Architect-Engineer (A-E) services for multi-discipline projects. A-E services are required for the development and preparation of construction drawings, specifications, cost estimates, and to conduct special investigations, studies, analyses, inspections, and preparation of reports for infrastructures and building projects such as, but not limited to waterfront structures, medical facilities, airports, airfields, water, sewer and power lines, mechanical system and electrical systems, POL facilities, recreational facilities, building repairs and new construction and other associated mechanical and electrical works as well as other incidental work. Other incidental work includes any and all items and considerations necessary to insure a complete and usable product including but not limited to necessary design and considerations not specifically stated elsewhere. Engineering services are also required for preparation of DD1391 project documentation, soil investigations, topographic, hydrographic, and cadastral surveys, associated note reduction, plotting, and report preparation. Post construction award support services are required. Work under this contract shall be performed in accordance with the requirements of the following references: (a) A-E Guide For Architect-Engineering Firms Performing Services for the Department of the Navy, Pacific Division, Naval Facilities Engineering Command (PACNAVFACENGCOM P-74, November 2002); (b) OPNAVINST 5090.1B-CH2, Environmental and Natural Resources Program Manual, 9 September 1999; (c) Applicable NAVFAC Design Manuals and Military Handbooks; (d) Executive Order 11507, Prevention, Control and Abatement of Air and Water Pollution at Federal Facilities; (e) OPNAVINST 11010.20F, Facilities Projects Manual; (f) NAVFACINST 11010.44E, Shore Facilities Planning; and (g) Wind Load Criteria as listed in ASCE Standard, Minimum Design Loads to Buildings and Other Structures, Peak Wind Velocity ? 76m/s (170 mph). Fieldwork shall include all required investigations and testing. Office work will include not only planning documents and preparation of design and reports, but also meeting with PWC/OICC and other Government representatives, and oral presentations and findings and recommendations. This A-E contract will be an indefinite quantity type under which engineering work is authorized on ?as required? basis during the life of the contract. The total A-E fee for this contract shall not exceed $1,000,000.00 per year. The contract term shall be for a period of one year, or until the $1,000,000.00 limit is reached, whichever occurs first. The guaranteed minimum for the contract is $5,000.00. The Government has the option to extend the term of the contract in accordance with the Option to Extend the Term of the A-E Contract clause. The total contract term including option shall not exceed 24 months. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection criteria, in descending order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of the firm and staff proposed for the development and preparation of construction drawings, specifications, cost estimates, special investigations, studies, analyses, inspections, planning and programming documentations (Department of Defense Form 1391) and preparation of reports for infrastructures and building projects. (2) Recent specialized experience and technical competence of the firm or staff in the design of multi-discipline projects in tropical environment. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Describe the firm?s quality control program. (4) Capacity to accomplish the work in the required time. Describe how work will be accomplished in the required time, including the composition of the team and availability of the staff. (5) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach including energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (6) Location of the firm in the general geographical area of the project and knowledge of the locality of the project provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (7) Use of small or small disadvantaged or women-owned small business firms in the performance of this contract will be considered. (8) Volume of work previously awarded to the firm by the DoD during the last 12-month period shall be considered, with the objective of effecting an equitable distribution of A-E contracts among qualified firms that have not had DoD contracts. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. IN BLOCK 10 OF THE STANDARD FORM (SF) 255 AND ADDENDUM THERETO, INCLUDE A SUMMARY OF QUALIFICATIONS IN NARRATIVE DISCUSSION ADDRESSING EACH OF THE ABOVE SELECTION CRITERIA AND STATE WHY YOUR FIRM IS ESPECIALLY QUALIFIED FOR THIS PROJECT. IF NECESSARY, CONTINUE ON PLAIN PAPER. For selection criteria (3) the Government will also evaluate each firm?s past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System during the evaluation process, which can affect the selection outcome. Show the office location where work will be done and describe the experience and location of those who will do the work. Additional information requested of applying firms in the SF 255: Indicate solicitation number in Block 2b, DUNS number (for the address listed in Block 3) and TIN number in Block 3. For firms applying with multiple offices, indicate the office that completed each of the projects listed in Block 8 and list which office is under contract for any contracts listed in Block 9. Firms not providing the requested information in the format (i.e., not providing a brief description of the quality control program, 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 criterion (3). FIRMS MUST BE REGISTERED IN THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION DATABASE TO RECEIVE AWARD. Firms may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http//www.ccr.gov. In accordance with FAR 52.219-14 Limitations on Subcontracting (Dec 1996) at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility site studies, environmental assessments, or other activities that result in identification of project scope and cost. The A-E firm and consultants selected will be required to perform throughout the contract term. A-E firms which meet the requirements described in this announcement are invited to submit a complete, updated SF 254 (unless already on file) Architect-Engineer and Related Services Questionnaire and SF 255 Architect-Engineer and Related Services for Specific Project to the Officer In Charge of Construction, NAVFACENGCOM Contracts, Marianas, PSC 455, Box 175, FPO AP 96540-2200; Delivery Location Address: Building 101, Ground Floor, U. S. Navy Public Works Center Guam Complex, 96910. The delivery address is inside a military installation, therefore, strict security measures are in force and interested firms should anticipate delays and allow sufficient time for receipt of submission. One paper copy and one electronic CD copy of your SF254 and SF255 are required. Submissions of SFs 254/255 must be received and date/time stamped by the Contracting Officer on or before 14 April 2003 at 4:30 P.M. (Guam Time) in order to be considered. Any submission received after 14 April 2003 at 4:30 P.M. (Guam Time) will not be considered. Firms having a current SF 254 on file with this office may also be considered. This is not a request for a proposal.
- Place of Performance
- Address: Various Military and Federal Locations, Guam
- Record
- SN00276911-W 20030313/030311213925 (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 |