Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2004 FBO #0815
MODIFICATION

C -- IQ A/E CONTRACT FOR LANDSCAPE ARCHITECTURE AT VARIOUS LOCATIONS IN CALIFORNIA, NEVADA, ARIZONA, NEW MEXICO, OREGON, IDAHO, ALASKA, WASHINGTON, MONTANA, AND UTAH

Notice Date
5/20/2003
 
Notice Type
Modification
 
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-7024
 
Response Due
6/25/2003
 
Point of Contact
vanessa schutt, contract specialist, Phone 6195323779, Fax 6195324789,
 
E-Mail Address
schuttva@efdsw.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Due Date revised to 25 June 2003. DESC: THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN: Submit documentation to Southwest Division, Naval Facilities Engineering Command, 1220 Pacific Highway, San Diego, CA, 92132-5190, Attn: Code 02R3.VS. ATTENTION THIS PROCUREMENT IS SET ASIDE FOR SMALL BUSINESSES. Southwest Division is currently seeking architect-engineer (A-E) services for design and the preparation of landscape architectural drawings and specifications for the purpose of bidding to construct, repair and renovate various Naval/Marine Corps activity projects in California, Nevada, Arizona, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah. The preponderance of work will be in California, Nevada, Arizona, and New Mexico. The procurement will become a firm fixed price indefinite quantity contract. The term of the contract will be 365 calendar days from the date of contract award, or until the $1,000,000 limit is reached. The government has the option to extend this contract for an additional 365 calendar days, or until an additional $1,000,000 limit is reached. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following year option (if exercised). The AE fee for any single delivery order shall not exceed $500,000. The hourly rates will be negotiated for each 12 month year and are independent of which option year is in effect. The estimated start date is August 2003. If the government exercises the option to extend the contract, the total amount of the contract shall not exceed $2,000,000. The minimum guaranteed amount if $5,000. The lead discipline shall be a Landscape Architect licensed in the State of California supported by all required Engineering and Architectural disciplines. Projects scopes of work may range in size from very small site assessments and designs to large multi-complex master planning, site analysis and construction documentation. Project types may include but not be limited to Base Exterior Architecture Plans (BEAP), Request for Proposals (RFP), bachelor housing, commercial and office-type buildings and plazas, recreational areas and parks, landscape maintenance evaluations, golf courses, erosion control and site re-vegetation. AE Selection Criteria will include (in order of importance): (1) Professional qualifications of the proposed staff and consultants to be associated with the design of facilities requiring construction, renovation, and repair of the project types. List only the team members who will actually perform major tasks under this contract, which should not be exclusive to firm principals, particularly if they will not manage or oversee individual projects. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. It is expected that those persons listed in Block 7 of SF 255 and those present at interviews will be those that will provide direct day-to-day contact on this contract. (2) Recent specialized experience of the firm (including consultants) in the preparation of drawings for planting, irrigation, and site construction from conceptual design through construction documents, specifications, report and graphic document preparation, Request for Proposal (RFP) and Base Exterior Architecture Plan (BEAP) writing, graphic design, specialized horticultural analysis, site surveys, site investigations, masterplanning, and cost estimating, including special costs for architecture, fire protection and life safety systems, utilities, seismic reinforcement, and geotechnical engineering. Projects may also require the identification and removal of asbestos and leadbased paint. Experience should include both public and private projects. Specialized experience should also include AutoCad drafting, familiarity with plant material (particularly native plants) in various climate zones, computercontrolled irrigation design, field investigation including geographic information system (GIS) data collection, tree inventory and evaluation studies, and as-built drawing information collection. The work will require the ability to coordinate various engineering disciplines and the various aspects of phasing construction to accommodate occupied/unoccupied facilities. It is expected that a licensed landscape architect manage and review all projects associated with this contract. Proposals shall demonstrate knowledge and experience in past projects that have applied sustainable design, including: energy and water conservation, pollution prevention, the use of recovered and recycled materials, waste reduction, and construction waste management practices. (3) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. Also indicate the firm's capacity to field multiple multidisciplinary teams at various remote locations. Provide an itemized list of the lead firm’s in-house computer equipment and capabilities, including but not limited to AutoCad and GIS software, black & white and color printing, plotting and scanning, blueprinting, and CD-ROM production. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Briefly describe internal quality assurance and cost control procedures and indicate effectiveness of those measures by listing preliminary owner's budget estimate, AE's final estimate, construction contract award amount, and construction contract change order percentage rate for five 63recent (within the past 2 years) projects. Also, list positive awards, commendations, and other performance evaluation results received within the past 5 years (DO NOT submit any copies). (5) Location in the general geographic area of the Engineering Field Division and familiarity with various codes and ordinances applicable to project areas and agency enforcement jurisdictions, provided that the appropriate number of firms to be considered, given the nature and size of the projects contemplated by the government. (6) Demostrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficienty in facility design. (7) Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Do not list a total of more than ten (10) projects in SF255 Block 8. If projects in Block 8 and also in SF 254 Block 11 were completed more than 5 years ago, they will not be considered. Indicate which consultants from the proposed team, if any, participated in the preparation of designs, drawings, and specifications for each of the projects listed. In Block 11 of the SF 254 and Blocks 7, 8 and 9 of the SF 255, indicate which projects were completed by the firm applying and which projects were completed while current staff members were employed by other firms. Those firms which meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms 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 due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. 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 the address listed in block 3) and TIN number in block 3, telefax number (if any) and e’mail 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 30 printed pages (double sided is two pages/organizational charts and photographs are excluded from the count, 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 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 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 on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The North America Industry classification is 541320 and the annual size standard is $5 million. Packages should be mailed to Southwest Division, Naval Facilities Engineering Command, Code 02R3.VS, Attn: Vanessa Schutt, 1220 Pacific Highway, San Diego, CA 92132 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-MAY-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-FEB-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711AC/N68711-03-R-7024/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway San Diego CA
Zip Code: 92132-5190
Country: United States
 
Record
SN00523354-F 20040219/040217222404 (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.