Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2003 FBO #0648
SOLICITATION NOTICE

C -- IQ A/E SERVICES FOR CMP, NEPA, RFP, SEI, H&S, LEAD PAINT & ASBESTOS TESTING AND RELATED STUDIES FOR PPV, WHOLE SITE REPAIR & FAMILY HOUSING BACHELORS QUARTERS, FLAG QUARTERS, & OTHER STRUCTURES

Notice Date
9/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-03-R-7027
 
Response Due
10/7/2003
 
Archive Date
10/22/2003
 
Point of Contact
Hal Hayes, Contract Specialist, Phone 619-532-3790, Fax 619-532-4789, - Anne Garrett, Contract Specialist, Phone 619-532-4261, Fax 619-532-4789,
 
E-Mail Address
hayeshw@efdsw.navfac.navy.mil, garrettag@efdsw.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS OR DESCRIPTION: ATTENTION: SMALL BUSINESS FIRMS: DESC: 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 set-aside for Small Business. This will be a firm fixed price/indefinite quantity contract. Firms that are large business will be required to submit a subcontracting plan prior to being interviewed. The SOUTHWEST Division, Naval Facilities Engineering Command, San Diego, CA is currently seeking services on architectural-engineering firms to perform CMP, NEPA, RFP, SEI, H&S, Lead Paint and Asbestos Testing and Related Studies for PPV, Whole Site Repair and Family Housing, Bachelor Quarters, Flag Quarters and Other structures in California, Arizona, New Mexico, Nevada, Oregon, Washing, Alaska and Utah. 1) The following are services the PPV team could require from an A-E Firm: (1) National Environmental Policy Act (NEPA): Examples include: (A) Environmental Impact Statements (B) Environmental Assessments (C) Categorical Exclusions 2) Request for Proposals (RFP) document support including: (A) Drafting of the RFP documents (B) Drafting of RFP Appendices (C) Drafting/compilation of RFP Data pack. 3) Lead Based Paint (LBP) and Asbestos Survey and Risk Assessment. 4) Existing Conditions Reports. 5) Mapping/Surveys. 6) Cultural (Historic and Archaeological) Resources Studies). 7) Soils Sampling. 8) Environmental Baseline Surveys and Finding of suitability to Lease/Transfer Documents. 9) Preliminary Title Reports. 10) Quality Evaluation Board Support. 11) Assist/Advise the Government regarding City Plan Review/Zoning Procedures. The term of the initial contract will be 365 calendar days from the date of contract award or until a $1,600,000.00 (one million, six hundred thousand dollars) capacity is reached. The estimated start date is October 2003. The Government has the option to extend the contract for two (2) additional periods, not exceed 365 calendar days for each period or until additional limits of $1,600,000.00 is reached. A total amount of $4,800,000.00 shall not be exceeded. If the dollar capacity of the previous period has not been utilized, this unused capacity will be added to the subsequent option period (if it is exercised). The hourly rates will be negotiated for each 365-calendar day rate period. Rates for the Base Rate Period are effective for the first 365 calendar days from date of award, rates for the Second Rate Period are effective from the 365th to the 730th day from date of award, and so on (irrespective of which option period is in effect). Task Orders under this contract will not exceed $500,000.00. The minimum guaranteed fee is $5,000.00 for the base year. The A-E Selection Criteria will include the following listed in order of importance (1) Recent specialized experience of the firm ? including consultants ? All reports must be consistent in order to be presented to Congress. To interface with Congressional Legislators, contractors need to have an understanding of the consistency for Public Private Venture documents. There is also Historical Site Restoration for the Whole Site Repair and Flag Quarters. It will be a Firm Fixed Price Indefinite Quantity Contract. The Architect-Engineer Services are required for the preparation of all necessary Request for Proposals (RFP), Economic Analysis (EA), and Evaluation Board (EB), Support Costing Support Specialty Construction Support and Inspection, Specialty Inspection for Code Compliance, Quality Assurance (QA), Site Engineering Investigation (SEI), Lead Paint and Asbestos Testing, Planning, Studies/Plans, Single Land use Studies, National Environmental Police Act (NEPA) Documentation, Traffic Transportation Studies, and related Studies for Public Private Venture (PPV) Housing, Whole Site Repair and New Family Housing, Bachelor Quarters, Flag Quarters, and miscellaneous Repair/Improvement Projects in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska and Utah for the Southwest Division, Naval Facilities Engineering Command, San Diego, California. The services may include the preparation of planning documents for NEPA documentation, master planning documents, special environmental studies, traffic studies and air quality studies required for Navy and Marine Corps facilities. These projects will be accomplished under Task Orders written against an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract. If a small business were to receive an award as prime contractor as a result of a small business set-aside solicitation, the small business prime will be required to comply with FAR 52.219-14, Limitations on Subcontracting, which states that at least 50 of the cost of contract performance incurred for personnel shall be expended for employees of the concern?. The work may include planning services, feasibility studies, site investigation (including surveying), geotechnical, civil recommendations, landscaping survey plan, construction support, graphics, reports, maintenance manuals, cost estimates and related studies for site work. The RFP?s may include roadway repair/replacement, site drainage, and erosion correction, sound walls and retaining walls, sanitary and storm drain design, topographic and geotechnical studies, field verification, site assessment floor plan and lead/asbestos abatement disciplines ? used to perform these services may include Architectural, Structural, Mechanical, Electrical, Civil and landscape Architect with associated drafting requirements. Cost Estimators and Specification Writers may be required. Field Investigation and Interior Design may be required for some task orders. (2) Professional Qualifications of the Staff (in-house and/or consultants) to be assigned to the project(s) will include professional and technical support with experience in providing Request for Proposals (RFP), Economic Analysis (EA), Evaluation Board (EB), Support Costing, Support Specialty Construction, Support and Inspection, Specialty Inspection for Code Compliance, Quality Assurance (QA), Site Engineering Investigation (SEI), Lead Paint and Asbestos Testing, planning studies/plans, siting land use studies, National Environmental Police Act (NEPA) documentation, traffic/transportation studies, and related studies for Public Private Venture (PPV) housing, whole site repair, new family housing, bachelor quarters, and miscellaneous repair/improvement projects in California, Arizona, New Mexico, Nevada, Oregon, Washington, Alaska and Utah. List only the team members who actually will perform major tasks under this contract and their qualifications, which should reflect the individual?s potential contributions to the contract. Qualifications should reflect the individual?s potential contribution to this contract. Include also their academic achievements ? degrees and the professional registration and awards. (3) Past performance on Public Private Venture Housing contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies), (4) Location of projects accomplished in the general geographic area of California, Arizona, new Mexico, Nevada, Oregon, Washington, Alaska and Utah, provided that the application of these criteria leaves an appropriate number of firms, given the nature and size of this project. (5) Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency for Public Private Venture facility design. (Informational): If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum of 23% small business concerns, 5% to small disadvantaged business, 5% to woman-owned small business, 3% to Veteran-owned small business, 3% to Disabled Veteran-owned small business, and 3% to HUB ZONE small business of the amount to be subcontracted out. Indicate the firm?s proposed project team (including consultants) during the specified contract performance period. Also, indicate the firm?s capacity to field multiple multi-disciplinary teams at various remote locations. Indicate specialized equipment available and prior security clearances. (7) Indicate the volume of work previously awarded to the Firm by the Department of Defense within the past twelve months. (8) Indicate the Firm?s Sustainable Design Development. Describe the applicability of sustainable design, applicable construction, renovation and repair projects that are covered by LEEDS to the fullest extent possible. The principles of sustainable development shall be used as a technical qualification selection factor when evaluating developers. Identify the sustainable strategies for each project. (9) Indicate the Firm?s Anti-Terrorism Force Protection (ATFP) experience. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a Standard Form (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 P.M. Pacific Time on the date indicated in E-SOL and FEDBIZOPPS electronically. Should the due date fall on a weekend or a 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 (Tax Identification Number) number in Block 3, telefax number (if any) 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 that 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 will be scheduled prior to selection of the most highly qualified firm. SF 255 shall not exceed 30 printed pages (double sided are two pages/organization charts and photographs excluded. Exception: Photographs with text will be considered as a page. All information must be included on the SF 255. The Cover letter, other attachments and pages in excess of the 30-page limit will not be included in the evaluation process. Firms not providing the requested information in the format (i.e., listing more than 5 projects in Block 8, not providing a brief description of the quality control plan, not listing which office of the multiple office firms completed projects listed in Block 8, etc.) as directed herein may be negatively evaluated under selection criteria (3). Firm, 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. In accordance with DFAR 252.204-7004, all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration, offerors may call 1-888-227-2423, or via the Internet at http://ccr.disa.mil. The North American Industry Classification System (NAICS) Code is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million. Packages should be mailed to Southwest Division, Naval Facilities Engineering Command, Code 02RC.HH. Attn: Hal Hayes, 1220 Pacific Highway, Building 127, San Diego, CA 92132. For questions regarding this solicitation, please contact Hal Hayes at (619) 532-3790 or e-mail hayeshw@efdsw.navfac.navy.mil. If you are submitting your package in person, go to building 128 Security and check in. They will send you to the bid box located in building 127 as you walk in the door. Due to construction work, you may have to detour to Harbor Drive, then Broadway and then enter on Pacific Highway and the sign states ?Navy only.? The front door to building 127 is always locked.
 
Place of Performance
Address: California
Zip Code: 92132
Country: USA
 
Record
SN00425590-W 20030906/030904213530 (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.