Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Professional Planning and Engineering Services throughout the Naval Facilities Engineering Command, Atlantic's Area of Responsibility

Notice Date
9/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-05-R-6210
 
Response Due
10/28/2005
 
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 Professional Planning and Engineering Services throughout the Naval Facilities Engineering Command, Atlantic's Area of Responsibility (NAVFAC LANT AOR). The NAVFAC LANT AOR includes the entire Continental United States (CONUS), Caribbean and outside Continental United States (OCONUS) including Europe, Africa, Western Asia and South America. The contract will include some taskings that will address global Navy issues. Professional planning and engineering services that may be required under this contract include: (a) Development and update of Navy facility planning documents, including: Basic Facility Requirements (BFRs), Engineering Evaluations (EEs), Property Record Cards, and Facility Planning documents. (b) Project Documentation (DD Forms 1391) for Military Construction (Activity and Region) and Special Projects. (c) Host Nation Programming Documentation. (d) Regional and Global Planning Products, Master Plans, Recapitalization Plans, and Capital Improvement Plans. (e) Special Planning Studies, to include Scoping Studies. (f) Base Development Visioning and Scenario Planning. (g) Business Case Analyses and Economic Analyses. (h) Integrated Logistics Systems (ILS) studies, to include: surveys, facility management plans, requirements and criteria generation, and logistics element manager support. (i) Base Exterior Architecture Plans. (j) Anti-Terrorism/Force Protection (AT/FP) Plans. (k) Traffic Studies. (l) Encroachment Plans. (m) National Environmental Policy Act (NEPA) Documentation related to planning products. (n) Development and update of Navy and Marine Corps facility planning criteria and associated documents. (o) Website and Intranet development and implementation. (p) Documentation related to the above planning services, including: presentation and briefing materials, updating existing condition maps and engineering feasibility studies. 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) Familiarity and experience with DOD/Navy planning and facilities management procedures, and documents as previously noted. (b) Preparation of planning studies. (c) Past experience with regard to planning, engineering and management for municipalities, large universities, large multi-use industrial complexes, Government agencies, large ports and airfields. 2. Professional Qualifications and Technical Competence of Team Members and the Depth of Firm: (a) Active professional registration of individual team members. (b) Individual team members' expected roles in this contract. (c) Roles that the individual team members played in the projects addressed in Evaluation Factor 1 (if applicable). (d) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (e) The firm's organization and office management: Provide management plan for this contract. 3. 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. 4. Ability to perform the work to schedules and capacity to accomplish multiple taskings simultaneously (show current and projected workload). Firms will be evaluated in terms of impact of this workload on the planning staff's projected workload during the contract period. 5. Sustainable Planning: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated planning approach. Identify examples indicating concepts employed, LEED certification awarded, and LEED Certified Professional proposed for this contract. 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 (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 on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction materials and practices of the contract area. This evaluation factor applies to the office that will perform the work and not general office locations that will not be performing work under this 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. 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. There will be two (2) selections made from this announcement. The duration of each 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 each of these contracts (including option years) will not exceed $15,000,000 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 January 2006. 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 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, and will be limited to no more than 100 single sided pages. 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, 28 October 2006. 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: Continental United States, Caribbean, Europe, Africa, Western Asia and South America
Country: Worldwide
 
Record
SN00905865-W 20050930/050928212108 (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.