Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2005 FBO #1431
SOLICITATION NOTICE

C -- A/E Services for Waterfront Facilities, Worldwide

Notice Date
10/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347
 
ZIP Code
92043-4347
 
Solicitation Number
N62473-06-R-3004
 
Response Due
11/28/2005
 
Archive Date
4/1/2006
 
Description
INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER contract. This proposed contract is being solicited on an unrestricted basis; therefore replies to this notice are requested from all business concerns. The North American Industry Classification System (NAICS) code for this procurement is 541310, and the annual size standard is $4,000,000.00. This synopsis will result in the award of up to six (6), Indefinite Delivery Indefinite Quantity contracts. This synopsis requests services for inspection, structural engineering and design services for waterfront facilities at Navy and DoD installations worldwide. Projects under this contract shall be awarded on individual Task Orders. The work includes, but is not limited to, field investigations, underwater inspections; engineering analysis of existing conditions in comparison to design requirements, previous inspection reports and/or drawings of the facilities; review of construction plans and specifications of structural engineering features and related work associated with waterfront construction and repair; engineering calculations for structural analysis with or without previous design calculations; waterfront engineering feasibility studies; design of waterfront repairs, including plans and specifications; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront facility rehabilitation. Projects under this contract shall be awarded on individual task orders. The types of submittals may include inspection reports, engineering alternatives and basis of repair/design reports, calculations, plans and specifications, cost estimates, and technical review comments. Additional products and services may include construction contract drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard (see https://tsc.wes.army.mil/products), and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS); contract bid analyses; post construction award services (PCAS); Title II inspection services; engineering report review; database design, construction and population; procedures and guidelines reports; engineering calculations; static and dynamic structural analyses using finite element computer modeling; two and three-dimensional structure modeling and rendering.; seismic vulnerability assessments, including use of finite element models and time history acceleration data for linear and/or nonlinear analyses of critical elements and development of retrofit schemes. In addition to the formats specified above, drawings and specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or Postscript electronic digital format. A waterfront facility is defined as any structure located on the waterfront, in connection with, or potentially in contact with, water or the marine environment. This would include inland structures that require underwater investigations. Waterfront facilities include, but are not limited to, piers, wharves, bulkheads, quaywalls, offshore towers, dams, water control structures, instrument support structures, dry docks, moorings, underwater cables, or any similar structure. All waterfront facility assessments, including underwater inspections will be performed under direct control and supervision of registered professional engineer-divers. For each underwater assessment, one registered professional engineer-diver shall be appointed as the engineer-in-charge (EIC). That EIC shall dive at least 50% of the time, supervise the writing of the detailed inspection report, and write at least 50% of the detailed inspection reports. The other engineers on-site may write the balance of the inspection report. The EIC shall ensure that all diving operations are performed in accordance with U.S. Army Corps of Engineers EM 385-1-1 (November 2003) standards. US citizenship for all on-site personnel is required for access to Government sites. at least fourAfter the award of the basic contracts, a fair opportunity will be provided for each awarded firm to compete for individual Task Orders. The Government will provide evaluation factors for each proposed task order which will be used to determine the most highly qualified firm for that work. Each firm will be required to provide additional information on all proposed task order statements of work. The additional information/qualifications requested of the firms is not intended to be multiple pages of documentation, but just highlighted specifics of a given firms? qualifications for the specific work in question. For each Task Order, all information provided by the contractor will be used to determine the successful firm for award, including the initial SF 330 submittal. An evaluation will be conducted by the Government on all the information provided, and a determination will be made identifying the most highly qualified firm to perform the services identified under the proposed task order. Task Order Evaluation criteria will be provided Each firm will be required to provide additional information on all Task Order Statements of Work. Pricing information will be requested from the selected firm which will be required to provide a fee proposal within ten calendar days after receiving the Request for Proposal. Negotiations will be conducted in accordance with FAR Part 36.606. Each Task Order under this contract will be fixed price. The term of the contract will cover a period of not to exceed 365 days from the date of contract award or until a $1,000,000.00 limitation is reached. The Government has the option to extend theseis contracts for four additional 365 day periods or until an additional $4,000,000.00 is reached. The maximum amount of the contract is $5,000,000.00 or five (5) years depending on which limitthreshold is reached first. If the dollar capacity of the previous year has not been utilized, this capacity may be added to the following year option (if exercised). The minimum guarantee is $10,000 for the entire contract term (including option years).initial Task Order. The options may be exercised within the time frame specified in the contract at the sole discretion of the Government. Multiple Task Orders may be awarded with similar delivery schedules requiring the selected firm to provide services with overlapping work/delivery dates. The entire contract period will not exceed 5 years for ordering purposes The following evaluation criteria will be used to select up to six (6) firms under this synopsis. Evaluation Factors (1) and (2) are of equal importance, and factors (3) through (6) are listed below in descending order of importance. Factor (7) will be used as a tiebreaker among technically equal firms. (1) Professional qualifications and technical competence of the personnel proposed for this contract. Professional qualifications include professional registrations and/or relevant technical certifications of the personnel assigned to the contract. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual personnel?s experience. Qualifications for all diving personnel proposed for this contract shall include, but is not limited to, training certifications and medical certifications issued as required under Contract Diving Operations sections 30.A.06 through 30.A.10 of the U.S. Army Corps of Engineers EM 385-1-1 (November 2003). This information must demonstrate that the prospective firm has performed contract diving work on a regular and routine basis for at least the past three years and is able to accomplish such work in a safe and efficient manner. Contractor must state that no "willful " OSHA violations have occurred within this 3-year period. Multiple "serious" violations with gravity of 10, as determined by OSHA, may be cause for disqualification from further consideration. (2) Specialized experience in the type of work required. This criteria includes experience in the following areas: a) Design and engineering services for repairs of waterfront facilities, including feasibility studies. b) Structural condition assessments, including the use of destructive and non-destructive (NDT) techniques. c) Static and dynamic structural analyses, including seismic vulnerability assessments and vessel/structure interaction analyses of waterfront facilities using computer aided tools. d) Geotechnical investigations related to driven pile and gravity based foundations. e) Testing and evaluation of structural material samples. f) Evaluation of both impressed current and sacrificial anode type cathodic protection systems on waterfront and submerged structures. g) Preparation of waterfront facilities repair cost estimates, including Form DD1391. h) Design and engineering services associated with underwater instrument and cable arrays, including the use of horizontal directional drilling.; i) provide Provide engineering submittals in electronic format(s). (Submittals include, but are not limited to: contract bid documents, inspection reports, three dimensional structure models and renderings.) (3) Quality control and safety assurance procedures. A copy of firms? quality control manual(s) outlining specific personnel (including their discipline/specialty) and procedures for above water field inspections and diving operations, technical report preparation, structural assessments, analysis and design services is required for review. Of special interest are the QC processes in place that minimize the Governments effort to QA the firm?s work product for errors, omissions, and quality. This submission is in addition to information provided in the firm?s SF 330. Any manual(s) submitted will not be returned. (4) Past performance on projects of similar scope. This may be demonstrated by providing copies of performance evaluations, design awards, letters of recognition, etc. (5) Capacity of the firm to perform the work in the required time period. Capacity includes the firm?s ability to perform multiple tasks in multiple locations concurrently in the required timeframe. Condition assessment reports will be required within 60 to 120 days after completion of the field inspection, depending upon the number and size of the facilities inspected. (6) Commitment to Small Business Concerns (Separate package; not counted in page total) use of small business concerns as subconsultants. Submission requirement: Demonstrate commitment and use of small business concerns as subconsultants on these contracts. Provide a chart with each small business category, identify the proposed names of the small businesses, and the dollar amount and subcontracting percentage the prime anticipates subcontracting to each firm. Additionally, provide a brief narrative as to how your firm will meet the following small business subcontracting goals: Small Business (SB) ? 35%; Small Disadvantaged Business ? 7%; Women-owned SB ? 10%; HUBZone ? 3%; Service Disabled Veteran-Owned SB ? 3%; Veteran-Owned SB ? 3%. NOTE: If large business firms are selected for award, an acceptable subcontracting plan that reflects a minimum of subcontracting goals stated above must be submitted before price negotiations begin for contract award.Small Business and Small Disadvantaged Business Subcontracting Plan. Firms will be evaluated on the extent to which they identify and commit to the published Navy 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 business of 74.8%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) ? 15.5%, Women Owned Small Business (WOSB) ? 14.0%, Veteran Owned Small Business (VOSB) ? 3%, Service Disabled Veteran Owned Small Business (SDVOSB) ? 3%, and HUBZone Small Business ? 3.1%. (7) Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Indicate in Block H of the SF 330 the total dollar value of contracts awarded to your firm. Estimated start date for this contract is February 2006. In accordance with DFAR 252.204-7004, to be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Registration can be via http://www.ccr.gov. Interested 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. SF 330?s shall not exceed 50 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 330 (cover letter, other attachments and pages in excess of the 50 page limit will not be included in the evaluation process). Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement or supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Further clarification for completion of SF 330; SF 330 Part I is limited to 50 pages, Part I, Section D, Organizational chart is not included in the 50 page limit. SF 330 Part II is limited to one page for the prime contractor and one page for each sub contractor. In Part I, Section B, block 5, include the firms Tax Identification Number and ACASS number. Part I, block 16 include what year(s) the degree(s) was received. Part I, Block 17 include what year(s) the Professional Registration(s) was first issued. Part II, block 5(b), Small Business Status ? do not leave this blank. Two copies of the submittal package are to be received in this office no later than 2:00 p.m., Pacific Time on November 28, 2005. Submittals received after this date and time will not be considered. Telegraphic and facsimile of SF 330 will not be accepted. Site visits will not be arranged during the submittal period. Responses are to be submitted to Director, NAVFAC Southwest, Specialty Center Contracts Core, NFECSW Code RAQN0/Naval Base Ventura County, Attn: Terry Moore, 1205 Mill Road Building 850, Port Hueneme, CA 93043-4347. Outside corner of mailing envelope shall be labeled as follows: A-E Services, N62473-06-R-3004. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254S AND SF 255S WILL NOT BE CONSIDERED. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror?s responsibility to check the NAVFAC electronic solicitation website at: http://esol.navfac.navy.mil for any revisions to this announcement or other notices.
 
Record
SN00920690-W 20051027/051025212113 (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.