Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2005 FBO #1193
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Navy Lodge and Navy Exchange Retail Facilities Projects located throughout the Continental United States and the Caribbean

Notice Date
3/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural 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-1002
 
Response Due
3/31/2005
 
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. Engineering and Design Services are required for an Indefinite Quantity Contract for Navy Lodge and Navy Exchange Retail Facilities Projects located throughout the Continental United States and the Caribbean. Work includes the preparation of new standards for new construction and renovations of Navy Lodges, Main Exchange Stores, Mini-Marts, and Gas Stations. In addition, to new construction projects, work may include general renovation (i.e., replacement of roofs, windows, doors, building additions, design of Store Fixtures and Security Systems). The preponderance of work on this contract is anticipated to occur in Virginia and in the Caribbean; however, an order could be issued for any location in the Continental United States. Projects can be categorized as primarily Navy Lodge facilities (lodges, hotels, motels), but shall include, but not limited to: Navy Exchange facilities such as: Retail Stores, Convenience Stores, Uniform Centers, Beauty and Barber Shops, Camera Shops with On-Hour Photo, One-Hour Optical Shops, Auto Service Centers, Video Rental Shops, Flower Shops, Laundry/Dry Cleaning/Tailor Shops, Coin Operated Laundries, Automated Auxiliary Retail Outlets, Snack Bars, Food Courts and Pizza Galleys. Architect-Engineering and Engineering Services that may be required under this contract include plans, specifications, preparation of Requests for Proposals (RFPs) for design/build projects, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life cycle cost analyses and life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, Operation and Maintenance Support Information (OMSI), and construction inspection and engineering consultation services during construction. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, and drawings in AutoCad format. Firms will also be required to provide documents in pdf format. Some projects may also require design in the metric system. The contract requires that the selection firm have on-line access to E-mail via the Internet for routine exchange of correspondence. As defined by paragraph 1-6 of UFC 3-600-01, this contract will require the services of a fire protection engineer. Also, in accordance with UFC 3-100-10N, the services of a practicing, certified or registered interior designer will be required for this contract. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: (a) Past experience in the design of Navy Lodges and Exchange Facilities and similar commercial facilities. (b) Experience in preparing design standards, Planning Design Criteria, lodge/store planning, and lodge/store interior design. (c) Experience with designing facilities using the metric system of measurement as required by the NAVFAC metrication conversion Policy for Design, Planning and Design Criteria, and NAVFAC Guide Specifications. (d) Firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection services, and OMSI). (e) Past experience in the preparation of design/build RFPs. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Active professional registration. (b) Past experience in the type of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically on projects addressed in Evaluation Factor 1. (c) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (d) Organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in the organization. 3. Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating concepts employed, LEED certification awarded, and LEED Certified Professional proposed for this contract. 4. Ability to perform the work to schedules and capacity to accomplish a variation of 5 taskings simultaneously. Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period. 5. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. 6. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible. 7. Firm location and knowledge of the localities of the contract area (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firms will be evaluated with respect to their knowledge of local codes, laws, permits and construction materials and practices of the contract area. 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. 9. Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 74.85%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.60%; Women Owned Small Business (WOSB) ? 13.92%; Veterans Owned Small Business (VOSB) ? 0.12%; Services Disabled Veteran Owned Small Business (SDVOSB) ? 0.12%; and HUBZone Small Business ? 1.17%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 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 June 2005. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541310 ($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, 31 March 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: United States and Caribbean
Country: USA
 
Record
SN00760478-W 20050303/050301212405 (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.