Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2004 FBO #0842
MODIFICATION

C -- Engineering Services for an Indefinite Quantity Contract for Specialized Roofing Inspections and Moisture Intrusion Investigations, Various Locations

Notice Date
3/15/2004
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
Reference-Number-N62472-04-R-1420
 
Response Due
4/12/2004
 
Archive Date
4/27/2004
 
Point of Contact
Tina Phillips, Contract Specialist, Phone (610)595-0643, Fax (610)595-0671,
 
E-Mail Address
marie.phillips@navy.mil
 
Description
CORRECTION - THIS NOTICE IS ISSUED TO CORRECT DISCREPANCIES IN THE NAICS CODE AND RESPONSE DATE IN THE ORIGINAL SOURCES SOUGHT NOTICE POSTED ON MARCH 11, 2004. NAICS CODE IS 541330 - ENGINEERING SERVICES. DATE RESPONSES ARE DUE IS APRIL 12, 2004. CORRECTED SYNOPSIS FOLLOWS: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT STANDARD FORM 254 AND STANDARD FORM 255 IS CONTAINED HEREIN. Engineering Services for an Indefinite Quantity Contract for specialized roofing inspections, moisture intrusion investigations, preparation of plans and specifications, preparation of Design Build (DB) Request for Proposals (RFPs), and construction support for roofing construction and repairs. The preponderance of the work under this contract is anticipated to occur within the Engineering Field Activity, Northeast(EFANE), Naval Facilities Engineering Command's area of responsibility including the states of Maine, Vermont, New Hampshire, Massachusetts, Connecticut, New York, New Jersey, Pennsylvania, Rhode Island and Delaware. Work could also be added in the area of responsibility of Atlantic Division, Naval Facilities Engineering Command in the states of Virginia, North Carolina and West Virginia as well the Caribbean, the Azores, Iceland, Europe (including Engineering Field Activity, Mediterranean areas). Also, work could be added in the area of responsibility of Engineering Field Activity, Chesapeake including the District of Columbia and the state of Maryland. Additionally, an order could be issued for any Government facility in the world. Required services include: comprehensive visual roof condition surveys; moisture intrusion investigation of roof and wall systems; roof moisture detection using infrared, nuclear, and capacitance equipment as required; roof defect identification and failure investigations; comprehensive inspections and moisture survey reports and documentation; moisture contour and location maps; roof deficiency maps and drawings; development of roof management plans; preparation of Step II documentation or other documentation required for funding approval; design services for roof and/or wall system repairs/or replacement and associated work. Design services include preparation of drawings, specifications, design calculations and detailed construction cost estimates for roofing and/or wall system construction and repair, and moisture intrusion. Other services include preparation of Design Build RFPs, amendments, field inspection of construction, consultation, preparation of as-built drawings, and asbestos material identification and sampling. The A/E may be required to conduct a comprehensive asbestos/lead paint survey and provide a design, which will support the removal and disposal of hazardous materials. Firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials. Firms must be able to mobilize within 48 hours of issuance of notification to site prior to issuance of task order to meet emergency support requirements of EFANE. Work will be prepared utilizing AutoCAD 2000 or higher. Specifications will be prepared using SPECINSTACT SGML program, and cost estimates using the Success estimating program in a Work Breakdown Structures (WBS) system format will be utilized. Selected firm will be required to provide documents in pdf format for posting to a Government web site during solicitation. Firms are advised that the selected firm, its subsidiaries or affiliates, which 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 siting studies, environmental assessments, or request for proposals for Design-Build projects, or other activities that result in identification of project scope and cost. The contract requires that the selected firm have on-line access to email via the Internet for exchange of correspondence/information. The contract award is contingent upon availability of funds. The contract period is for one year from the date of an initial contract award with four one-year options for the complete services described above. The total maximum contract (including the option years) shall not exceed $5,000,000 for the entire contract term. There will be no dollar limit per project. The minimum guarantee for the entire contract term (including option years) will be satisfied by award of the initial project. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. Phases and/or pre-priced contract options may be included and will be exercised at the discretion of the Government for 0 to 35%, 35 to 100% design, post construction contract award services, and construction surveillance services. Options are normally exercised within several months of completing prior work; however, delays of up to one year are possible. Some projects will require design in the metric system. SELECTION CRITERIA: The following criteria (listed in descending order of importance) will be used for the basis of selection. The format for responding to each criterion shall be as indicated herein in lieu of completing Blocks 7, 8, 9, and 10 in the SF 255. 1. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual moisture intrusion team members. Specific consideration will be directed to the education, experience, and professional registrations of the engineers, architects, and roofing specialists on the team. It is expected that teams submitting for consideration for this contract will specialize in roofing/moisture intrusion and have, as a minimum, the following qualified individuals: registered structural engineer; registered architect; registered roofing consultant (RRC) or certified roofing consultant (CRC); and registered roofing observer (RRO). SUBMISSION FORMAT: Submit a matrix for proposed team(s), including alternates, that contains the following data about the team member assignment: Team member name, firm name, office location, proposed team assignment, % time to be spent on this team, highest education level/discipline (example: BS, mechanical engineering, discipline in which registration or certification was obtained), states of professional registration and engineering field which registration was obtained, number of years of professional experience and number of years with the firm. Also, for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past three years. 2. SPECIALIZED EXPERIENCE: Recent experience (within the past 5 years) of design team members individually and collectively as a total team (A/E, Client, Outside Agencies) in: (a) Performing moisture intrusion engineering inspection and studies including: 1) Conducting comprehensive roof condition surveys of various types of roof and wall systems; 2) Moisture intrusion investigation of roof and wall systems; 3) Design of roof repairs and replacements; 4) Preparation of roof management plans with emphasis on large roof inventories; 5) Failure investigations; 6) Post construction contract award services; report preparation skills; 7) Demonstrated ability to implement and utilize roof management programs; 8) Demonstrated experience within this scope of services with historical structures (b) Designing projects to Navy, Air Force, or other DOD agencies criteria (or similar experience); (c) Familiarity with designs using Autocad, SPECSINTACT, and cost engineering using the WBS (Work Breakdown Structure) systems and Success Estimating and Cost Management System; (d) Evidence of experience of both the firm and key personnel in knowledge of the related federal acquisition process; (e) Preparation of Design Build RFPs. SUBMISSION FORMAT: Provide a description of at least three projects with client references (point of contact and phone number) for which team members provided a significant technical contribution. Work on these projects must have been done in the last 5 years. Indicate how each project is relevant to the work described herein. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team member names shall be across the top row of the matrix. Also, describe the firm s experience with Autocad, SPECINSTACT System and parametric cost engineering. 3. PERFORMANCE: Past performance ratings by Government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. SUBMISSION FORMAT: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (designate role of firm: prime, consultant, or joint venture partner). These ratings should be dated 1995 or later and should include those for joint venture partners and consultants. Provide a list of projects of various sizes, managed by proposed project manager(s), that started construction since January 1999 and include the following data: client contact, client need date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 4. CAPACITY: (a) Capacity of firm and project teams to accomplish multiple, large and small projects simultaneously; and (b) Ability to sustain the loss of key personnel while accomplishing work within required time limits. SUBMISSION FORMAT: Submit an organizational chart with the following information: Principal point of contact, project manager, team leaders, the name of each design team member, all team member’s assignments, and the name of at least one alternate for each key person. 5. QUALITY CONTROL PROGRAM OF THE FIRM TO ENSURE TECHNICAL ACCURACY OF SUBMITTALS: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning, and engineering services. 6. LOCATION: (a) Knowledge of local site conditions, primarily in the following states: ME, NH, VT, MA, CT, RI, NY, NJ, PA, DE, and applicable regulatory requirements; and (b) Ability of the firm to ensure timely response to requests for on-site support. SUBMISSION FORMAT: Provide a list of recent projects performed by the firm or joint venture partners and appropriate consultants in the enumerated 10 state area. 7. SUSTAINABLE DESIGN: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility designs. 8. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months. 9. SUBCONTRACT UTILIZATION: Firms will be evaluated on the extent to which they commit to using Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities or Minority Institutions in performance of the contract. If the successful firm is a Large Business, they will be asked to provide a preliminary subcontracting plan as part of their interview requirements. Current Naval Facilities Engineering Command small business subcontracting goals measured as a percentage of total subcontracting are as follows: small business 73.7%, small disadvantaged business 15.3%, women owned small business 13.8%, service-disabled veteran owned small business 3% and HUBZone small business 3.1%.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62472/Reference-Number-N62472-04-R-1420/listing.html)
 
Place of Performance
Address: Engineering Field Activity Northeast Naval Facilities Engineering Command 10 Industrial Highway Mail Stop #82 Lester PA 19113-2090
Country: USA
 
Record
SN00545406-F 20040317/040315224215 (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.