Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2004 FBO #1117
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Value Engineering, Cost Estimating, Quality/Constructability Review and Customer Survey Services

Notice Date
12/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 6506 Hampton Blvd Building N-26, Code AQ22, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-05-R-1001
 
Response Due
1/17/2005
 
Small Business Set-Aside
Total Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Design or Engineering Services are required for an Indefinite Quantity Contract for Value Engineering, Cost Estimating, Quality/Constructability Review and Customer Survey Services. Task Order work will be used at any Base worldwide, but will focus on work in the United States, Caribbean and Europe. The majority of services are expected to be in the area of Value Engineering. Value Engineering services shall include Value Engineering Team Studies and SAVE Certified Value Engineering Training Workshops. Professional reports, including graphics, computerized databases, and reports (VEDIS and VERT files). Electronic submissions are required. Reporting shall also include, but not be limited to: computerized Value Engineering Database Information System files (VEDIS and FACD Reports (VERT). The Navy may provide additional/alternate project specific information, study types, proposed team makeup, alternate siting of study, etc. These may include providing Certified Value Specialist (CVS) facilitator(s) and experts for "Sustainable Design" workshops, Function Analysis Concept Development (FACD) workshops, design charettes, Value Engineering Studies, Choosing by Advantages Workshops, etc. Cost Estimating Services may also be required and shall include development of construction project programming documents such as DD Forms 1391 (in traditional format and NAVFAC Design/Build Project Program format), Parametric Cost Estimates (PCEs), computerized parametric cost models, preliminary and detailed estimates. Work may include economic, life cycle and risk analyses, and other cost engineering support services associated with facility construction and environmental cleanup. Cost estimating services may also include development of parametric Navy models and Navy Unit Price Book (UPB) entries for the Tri-Services Automated Cost Engineering System (TRACES). Quality Reviews (QRs) and Constructability Reviews (CRs) shall consist of a team study by a multi-disciplined team of professionals. For QRs, the team will concentrate on coordination aspects of the design documents rather than technical aspects of the design. For CRs, the team will concentrate on the appropriateness of the design documents, based on the proposed materials, project location and current standard construction practices. Facility Quality Surveys. The Naval Facilities Engineering Command has developed a statistically based survey of completed facilities used to determine the level of client satisfaction and as a post occupancy tool. A professional service to be provided by this contract will be arranging, conducting and documenting client impressions of recently occupied facilities. The surveys have several objectives: to let us understand the key issues impacting our customer base and their level of satisfaction with the products we produce ? the surveyor is an unbiased, third party soliciting educated opinions of their level of satisfaction in a standardized manner; to let us understand areas of needed improvements to process or criteria ? this will require the surveyor to understand DOD criteria, its initiatives and the processes by which we plan, design, construct and manage; to let us understand where we need improvement in the manner by which we traditionally manage and deliver the product; and to define operational deficiencies generally characterized as design, construction or warranty related issues. Individual(s) conducting the survey must be a registered architect or engineer with a minimum 5 years experience. Local staff is desirable to minimize cost of surveys. All survey data is recorded in electronic format. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. Telephone and email accessibility on a daily basis is required. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluations factors for all services. Evaluation Factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: (a) Recent experience (last 5 years) in performing Value Engineering, focused primarily on FACD or charette based concepts, Cost Estimating, Quality/Constructability Review and Customer Survey (or Post Occupancy Evaluation) Services for construction/facility type projects. (b) Recent experience (last 5 years) in the application of Value Engineering to sustainable design principles. (c) Knowledge of local codes, laws, regulations, permitting requirements, construction materials, construction costs and practices within the area of responsibility (AOR) of NAVFAC ATLANTIC (United States, Caribbean and Europe). 2. Professional qualifications of the proposed team leaders and other team members including education, experience, professional registration, LEED certification, and the ability to provide qualified staffing to support at least 3 simultaneous workshops/studies/reviews. FACDs, design charettes, facilitation, and Value Engineering Studies and Reports shall be led by SAVE Certified Value Specialists (CVS). 3. Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure projects using the LEED Green Building Rating System to identify credits and LEED level achievable for the project through an integrated team approach. 4. Organizational ability to assemble teams and begin work promptly and not to exceed 30 days advance notice; ability to generate and distribute draft reports during the Value Engineering or Quality/Constructability Review study period and conduct resolution meetings as part of these efforts; ability to perform work to aggressive schedules and changing requirements, and availability of staff to support swift and accurate project submittals. 5. Past Performance: With respect to Value Engineering efforts, past performance should include total life cycle cost reduction and corresponding improved quality, issue resolution, sustainable design, and facility occupant and Commanding Officer satisfaction; and timeliness of past performance - ability to provide required project submissions on schedule, including providing draft reports during workshops and studies as well as routine submissions after workshops and studies are complete. Experience with each NAVFAC Facility Engineering Command is preferable. 6. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technically accurate products ? show process and list key personnel responsible. 7. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. The duration of the contract will be for one (1) year from the date of an initial contract award with two (2) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $2,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. 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 the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is March 2005. This proposed contract is being solicited as 100% set aside for small businesses; therefore, replies to this notice are requested from all small business concerns. The small business size standard classification is NAICS 541330 ($4,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 17 January 2005. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ22E, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: Worldwide
Country: Worldwide
 
Record
SN00722059-W 20041217/041215212104 (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.