Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
MODIFICATION

C -- ENGINEERING AND DESIGN SERVICES FOR VARIOUS MULTI-DISCIPLINE PROJECTS PRIMARILY IN THE STATE OF MAINE

Notice Date
5/2/2005
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC Brunswick, Building 53, 437 Huey Drive Naval Air Station, Brunswick, ME, 04011
 
ZIP Code
04011
 
Solicitation Number
N62472-05-R-6514
 
Response Due
5/13/2005
 
Archive Date
5/28/2005
 
Description
ENGINEERING AND DESIGN SERVICES FOR VARIOUS MULTI-DISCIPLINE PROJECTS PRIMARILY IN THE STATE OF MAINE THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT STANDARD FORM 330. Engineering and design services are required for an indefinite quantity contract, N62472-05-R-6514, for the preparation of architectural and engineering studies, plans, specifications, cost estimates and design-build Requests for Proposals (RFPs) for multi-discipline projects at various locations primarily in the state of ME. The NAICS Code is 541310 and the small business size standard classification is $4,000,000. The proposed contract is considered for 100% small business set-aside. The preponderance of projects envisioned for these contracts are in the $100,000 - $5M range of estimated construction cost. Project work may consist of, but is not limited to: (a) new construction, renovations, alterations, change of use or repairs of office buildings, recreational and research facilities, etc., (b) general repairs of barracks, window wall replacement, utilities, communications and electrical distribution systems, fire and intrusion detection and alarm systems, (c) site work, oil water separators, etc. The Naval Facilities Engineering Command is moving towards Design-Build as the preferred method for acquiring capital improvements. Though Design-Bid-Build methodologies (with the preparation of 100% Plans and Specifications) will continue to be utilized, a significant number will likely require preparation of Requests for Proposal packages for Design-Build solicitations using abbreviated (0% - 30%) design documentation. Packages would include elements of site/engineering investigation, architectural programming, and functional/performance specifications. The following services may also be required: facility planning which includes project programming documents, development of requirements, preparation of engineering evaluations, project scope, and unit guidance or parametric cost estimating, development of alternatives and economic analysis; analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues; facility design/construction packages, sustainable design analysis and project implementation, design-build Request for Proposal packages, government collateral equipment lists, project preliminary hazard analysis, obtaining permits and regulatory approvals, comprehensive interior design, review of the contractor?s submittals, field consultation and inspection during construction, Title II Inspection, Operation and Maintenance Support Information (OMSI), and as-built drawing preparation. The initial project will be determined at a later date. Projects assigned to this contract may include work in the following specialties: Civil, Structural, Mechanical, Electrical, Fire Protection, Architectural, Interior Design and Landscape Architecture. Phases and/or pre-priced contract options may be included and will be exercised at the discretion of the government for 0 ? 35%, 35 ? 100% design, and post construction contract award services. Contract award is contingent on availability of funds. 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. As part of this contract, an asbestos and/or lead-based paint assessment may be required to determine the presence of hazardous material during removals/demolition or at utility points of connections. Firms must be able to accept work that involves asbestos, lead paint, PCB?s, and other hazardous materials. Work will be prepared utilizing AutoCAD 2000 or higher. Specifications will be prepared using SPECINSTACT 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 that 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, 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. SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE. Recent experience of the design team members individually and collectively as a total team (A/E, client, outside agencies) in the type of work required or evidence of similar relevant experience (as described above) and in: 2. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual design team members. At a minimum, professional registration is required of one individual in each of the specified disciplines. The team shall include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering or a related engineering discipline and include 5 complete years of full time experience dedicated to fire protection engineering since 1998, a registered communications distribution designer (this is a new professional registration), an engineer or architect with a minimum combination of 10 years roofing, waterproofing design and construction experience, a registered landscape architect, and a Leadership in Energy and Environmental Design (LEED) Accredited Professional. 3. CAPACITY: a) Capacity of the 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. 4. PAST PERFORMANCE: Past performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. 5. LOCATION: a) Location in the general geographical area of the anticipated projects, b) Knowledge of local site conditions and applicable regulatory requirements, and c) Ability of the firm to ensure timely response to requests for on site support. 6. SUSTAINABLE DESIGN: Demonstrated success in prescribing the use of recovered materials, achieving waste reduction, and energy efficiency in facility designs. Demonstrate project experience with the USGBC Green Building Rating System. 7. VOLUME: Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order Estimated Start Date: August 2005 Seed Project: Provide Plans and Specifications for the renovation of the Medical Clinic, Building 645, at the Naval Air Station, Brunswick, Maine. The work shall include the following; Design for the complete replacement of the existing HVAC system and the replacement of the Electrical system which includes Switchboard, panel-boards, feeders and additional circuits as required by the customer. Design a rooftop enclosure for the new switchboard and distribution panels to include transfer switches connected with the generator. Design effort includes a site visit to gather data and interface with the customer and his representatives for project needs and coordination. Follow on projects shall include any project of a general nature and shall not be limited to the scope of work required on this first project. Future projects under this contract shall include any project of a general nature that is the normal work of a full discipline A/E firm. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit (1) a Standard Form 330 for specific Project, by revised to May 18, 2005, 4:00 PM to ROICC, Naval Air Station, 437 Huey Drive, Building 53, Brunswick, Maine 04011. Standard Form 330 can be downloaded from the following GSA web site: http://www.gsa.gov/forms. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed for the project. The following information should be provided: (1) Summary of how the firm meets the stated evaluation criteria for this contract; (2) Matrix documenting proposed team members specialized experience e relevant to the subject contract. Show role of team member (include consultants) on relevant project, i.e. (Project Manager, Project Engineer, Architect, etc.); (3) Copies of performance4 evaluations and/or letters of commendations (as attachments for office making this submission; (4) List of relevant projects and date design completion scheduled, date design completed, and final cost estimate compared to the contract award amount. Firms must also indicate if they are subsidiary that operates under a firm name different from the parent company. Technical Questions for Seed Project can be addressed to Steve Mead, Engineer-in-Charge, at (207) 921-1707. There will be no dollar limit per project. The total fee that may be paid under this contract (including the option years) will not exceed $l,000,000.00 for the entire contract term. The duration of this contract will be for one year from the date of an initial contract award with an option for one additional one-year period. The minimum guarantee for the entire contract term (including option year) will be satisfied by award of the initial project. The option 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. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the CCR web site at www.ccr.gov or through the point of contact identified for this procurement. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions, and performance references. Facsimile responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. No material will be returned. Firms responding to this advertisement are requested to submit only ONE COPY of qualification statements. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed by the project. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Place of Performance
Address: Brunswick, Maine
Zip Code: 04011
Country: USA
 
Record
SN00799338-W 20050504/050502212142 (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.