Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2004 FBO #1081
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEERING CONTRACT

Notice Date
11/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Atlanta, 1000 Halsey Avenue Building 70, Marietta, GA, 30060
 
ZIP Code
30060
 
Solicitation Number
N62467-04-R-3215
 
Response Due
12/21/2004
 
Archive Date
1/5/2005
 
Description
IT IS A MANDATORY REQUIREMENT THAT THE CONTRACTOR (A-E FIRM) BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) PRIOR TO AWARD (www.ccr.gov). This solicitation is unrestricted, open to all Architect-Engineering firms. The resulting contract shall be an Architect-Engineering Indefinite Quantity Contract for Naval Air Station Atlanta (Marietta, GA) and its tenant commands, inclusive of Windy Hill site (Smryna, GA), Lake Allatoona (Acworth, GA), Marine Corps Reserve Center (Rome, GA), Navy Marine Corps Reserve Center (Chattanooga, TN), Navy Marine Corps Reserve Center (Knoxville, TN), and Navy Supply Corps School (Athens, GA). At the discretion of the Government and with concurrence of the contractor, additional requirements at other Department of Defense facilities within the state of Georgia may be included under this contract. Work includes architectural and engineering services for the preparation of plans (Autocad, latest release, compatible format), specifications (using SPECSINTACT system), and cost estimates for repairs, alterations, and/or new construction at the facilities located within the contract area stated above. Where applicable, designs shall be georeferenced to Georgia State Plane West Feet System. The projects associated with this contract shall involve any combination of the architectural, civil/structural, mechanical, and electrical engineering disciplines. Studies, collateral equipment lists, review of contractor submittals, construction field inspection, and as-built preparation may be required. Selected firm will not be able to propose on design-build task orders/contracts for which the firm or any of the firm?s subcontractors has assisted the Government in the preparation of the design build RFP. Contract award is contingent upon availability of funds. The contract period shall not exceed one (1) year or $200,000.00 in fees, with four (4) one year options, or $200,000.00 in fees per option, whichever occurs first. The maximum contract value shall not exceed $1,000,000.00, $200,000.00 for the Base Year and $200,000.00 for each option period. No one task order shall exceed $99,000.00 unless mutually agreed to by both parties. A minimum guarantee of 5% of the estimated maximum contract value will be guaranteed for the Base year only. Selected A-E is required to participate in pre-design/pre-negotiation conference and site visit within seven (7) calendar days of notification of selection and provide fee proposal within ten (10) calendar days after site visit. Each discipline must have experience in the following areas: ARCHITECTURAL - Demolition, asbestos abatement, roofing systems, building structures, interior and exterior features and finishes, landscape design, interior design, architectural programming, and graphic presentations (including photography and renderings) of physical planning. CIVIL/STRUCTURAL - Demolition, asbestos abatement, site preparation, industrial and sanitary wastewater treatment and collection systems, water treatment and distribution systems, minor hazardous waste cleanup and removal, storm drainage systems, roads, parking, fencing, playground and associated type facilities, building cladding and framing systems, building foundation systems, towers (structures and foundations), platforms, catwalks, tanks, manholes, utility support, geotechnical studies and associated work, topographic and boundary surveys, and water intrusion studies and surveys. MECHANICAL - Demolition, asbestos abatement, heating, ventilation, and air conditioning systems, industrial ventilation, energy analysis, control systems, steam distribution and service, fire suppression systems, steam and hot water boilers and converters, chilled and hot water distribution, compressed air and vacuum, medical gas, petroleum, oil, and lubricants, engine generator installations, and incinerators. ELECTRICAL - Demolition, asbestos abatement, fire suppression and protection systems, interior and exterior electrical distribution systems up to 26.4 KV, interior and exterior lighting systems, electrical generation plants, intrusion alarm systems, sampling and similar type electrical work. The existence of asbestos, lead paint or other hazardous materials affecting construction or required demolition in various project areas is possible. The A-E firm may be required to conduct comprehensive asbestos and lead paint surveys and provide designs which will provide for the removal and disposal of these hazardous materials in accordance with applicable laws and regulations. Firms unable to accept work that involves asbestos/lead paint and other hazardous materials need not apply. The following criteria, listed in descending order of importance, will be used for the basis of selection: 1. QUALIFICATIONS: (a) Technical competence of individual design team members to design alterations, repairs, and new construction projects; (b) Experience in and knowledge of multi-discipline design projects and knowledge of multi-discipline design projects and knowledge of Navy regulations through recent design experience; and (c) Professional registration of each discipline?s lead engineer. 2. EXPERIENCE: (a) Recent multi-discipline experience of the proposed design team members in designing repair, alteration, and new construction projects to Navy design criteria; (b) Designing projects involving asbestos; and (c) Post construction contract award services to ensure design and construction quality. 3. PERFORMANCE: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. 4. CAPACITY: (a) Professional ability to accomplish multiple projects simultaneously; (b) Ability to sustain loss of key personnel while accomplishing the work within required time limits; and (c) Volume of DOD work awarded during the past 12 months. 5. LOCATION: (a) Knowledge of probable site conditions; (b) Knowledge of regulatory requirements that would affect projects; and (c) Geographic location of firm to ensure timely response to unanticipated requests for on-site support. In order to assist the committee to more efficiently review all applications, a summary of experience, proposed team staffing and depth of additional staff support is requested as part of or in addition to the SF 330 as follows: 1. Summarize not more than two of each type (i.e., architectural, civil/structural, mechanical, and electrical) of your most relevant projects. For each presented project, provide the following information (where applicable): (a) Bid results as compared to your estimate and owner?s programmed amount; (b) Project team members; (c) Owner point of contact (with telephone number); (d) Number and dollar value of design error and/or design omission related changes; and (e) Original design submission schedule, owner approved time extensions, and final execution schedule (in bar chart format). 2. Summarize proposed team (in tabular form) with the following data: (a) Firm name; (b) Individual?s name; (c) Work history with the individual and consultant firm; (d) Office location (home or branch office); (e) Professional degree(s) and date(s); (f) Professional registration(s), date(s), and state(s); (g) Assigned team responsibility; (h) Percent of time committed to this team; and (i) Synopsis of design experience including firm name(s), years with each firm and type of design experience with each firm. 3. List number of individuals in each discipline not assigned to proposed team who could be used to augment proposed team in the event of loss of personnel or failure to maintain schedules. 4. A-E?s slated for interview will be required to submit their Design Quality Assurance Plan (DQAP) and a portfolio of architectural design work prior to selection interviews. The DQAP must include an explanation of your management approach?an organizational chart showing inter-relationship of management and design team components and specific quality control processes. 5. Provide a listing of present business commitments with their required completion schedules, financial and credit references (include name and telephone number of officers at their financial institution) and performance references (include 3 or more with names and telephone numbers of the contract administrators). For consideration, submit one (1) original SF 330 Part 1 and 2 and two (2) copies not later than 12:00 PM ET on 21 December 2004. No firms will be considered after this time. Clearly show location of office(s) and experience/education/location of individuals who will perform the work. Interested firms are requested to include telefax numbers on their SF 330 with the telephone number and Contractor Establishment Code or Dun and Bradstreet Number (DUNS), Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN). Interested firms must also be registered in the Central Contractor Registrar Database (CCR) prior to award. The DUNS, CAGE, TIN, and CCR are discussed in DoD FAR Supplement, Part 204, Subpart 204.72 and 204.73. This is not a request for proposal. No facsimile (fax) applications will be accepted. Label lower right corner of envelope with Solicitation Number N62467-04-R-3215. Site visits will not be arranged during advertisement or slating period. All responses from responsible sources will be considered. Proposals shall be sent to: NAVFAC Engineering Command Southern Division ROICC Atlanta, Naval Air Station Atlanta, 1000 Halsey Avenue, Building 70, Marietta, GA 30060-5099, Attention Marsha Tyson, Code 80C. The small business size standard classification is NAICS 541310 ($4,000,000.00).
 
Place of Performance
Address: Naval Air Station Atlanta, 1000 Halsey Avenue Building 70, Marietta, GA, , See Description for further details
Zip Code: 30060-5099
Country: NORTH AMERICA
 
Record
SN00706188-W 20041111/041109212157 (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.