Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for General Architectural Engineering and Design Services for Various Projects at Marine Corps Base, Camp Lejeune, North Carolina

Notice Date
2/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, ROICC Camp Lejeune, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road, Camp Lejeune, NC, 28547-2521
 
ZIP Code
28547-2521
 
Solicitation Number
N40085-06-R-4405
 
Response Due
3/29/2006
 
Archive Date
6/30/2006
 
Description
Two firms will be contracted by this announcement. Solicitation includes, architectural design and engineering services for preparation of construction documents including plans, specifications, cost estimates, record drawings, and review of shop drawings. Projects could include total renovation of the interior and exterior of existing buildings, including the evaluation, repair and replacement of the structural, mechanical, electrical, and communication systems. Projects may include: Administrative buildings; industrial type facilities, warehouses, maintenance facilities, communications, training/education; personnel support type facilities, schools, recreation facilities, clubs, food services and similar type facilities. Projects could also include minor new construction of buildings of the same type referenced above. The new construction and repair/renovation projects will require the following services; civil site work, extensions to the existing high voltage electrical distribution system, extensions to the existing high pressure steam distribution system, extensions to the potable water distribution system; extensions to the sanitary sewer system, and additional storm water control systems. The contract scope may require evaluation and definition of asbestos materials and lead paint containing materials. The firm must demonstrate qualifications (with respect to the evaluation factors stated herein) to perform design of the projects listed above. Firms must be prepared to accept the aforementioned as a part of their contract responsibility. Two contract awards will be made from this synopsis; N40085-06-D-4405 and N40085-06-D-4406. The contract will be of the Firm Fixed Price - Indefinite Quantity type. The duration of the contract will be for one (1) year from the date of the initial contract award. The proposed contract includes four (4) one year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $4,000,000.00. 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. The A-E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance than factors (1) through (6). Specific evaluation factors include: (1) Professional qualifications of firm and staff proposed for the design of total renovation of the interior and exterior of existing buildings, including the evaluation, repair and replacement of the structural, mechanical, electrical, and communication systems. Projects may include: Administrative buildings; industrial type facilities, warehouses, maintenance facilities, communications, training/education; personnel support type facilities, schools, recreation facilities, clubs, food services and similar type facilities. Projects could also include minor new construction of buildings of the same type referenced above. The new construction and repair/renovation projects will require the following services; civil site work, extensions to the existing high voltage electrical distribution system, extensions to the existing high pressure steam distribution system, extensions to the potable water distribution system; extensions to the sanitary sewer system, and additional storm water control systems. The contract scope may require evaluation and definition of asbestos materials and lead paint containing materials. Firms will be evaluated in terms of the design staff's following qualifications: (a) active professional registration in the state in which the design services will be performed; and (b) experience (with present and other firms) and roles of staff members, specifically on the projects listed in the SF330. Each project should clearly indicate the personnel involved and those personnel should be listed by each project. (2) Specialized recent experience demonstrating the technical competence of particular staff members to design the projects addressed in evaluation factor number one. Each project listed should indicate key staff members involved. Firms will also be evaluated upon: (a) specific knowledge of the construction materials and practices of Eastern North Carolina; and the Federal and State of North Carolina laws, regulations, codes, and permits applicable to projects of this nature; (b) project experience as listed in the SF330 (provide design schedule, estimate vs. bid amount, and design team for each). (3) Capacity of the proposed design team to accomplish the following schedules: Submission of proposal 15 days following RFP. Final design submittal is required within 120 days of contract award. Project design schedules should be given for the same projects listed above for evaluation factors 1 and 2. (4) Past performance on the same projects listed above with Government agencies and private industry in terms of the following: (a) cost control techniques employed by the firm as demonstrated by the ability to establish an accurate project construction budget and design to this budget as evidenced by the low bid amount; (b) quality of work as demonstrated by the history of design related change orders issued during construction; (c) demonstrated long term business relationships and repeat business with Government and private customers; and (d) demonstrated compliance with performance schedules. Project information for this evaluation factor should be for the same projects listed above for evaluation factors 1 and 2. (5) Specific internal quality control procedures proposed for projects of this nature. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. (6) Knowledge in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) Location in the general geographical area of the project. (8) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense architect-engineer firms, including small and small disadvantaged business firms, and firms that have not had Department of Defense contracts. 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 (A-E) firms which meet the requirements described in this announcement are invited to submit complete, updated Standard Form 330, Architect-Engineer Qualifications to the office shown above. 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. These proposed contracts are being solicited on an unrestricted basis. In the event a large business is short-listed, the firm will be required to submit a subcontracting plan for approval before contract award. The small business size standard classification is NAICS 541310 ($4,500,000.00). Those firms that submit Standard Form 330 will only have to submit one copy to be considered for both contracts. Clearly show the office location where work will be done and the experience of those that will do the work and their locations. The closing date for this announcement is March 29, 2006. Firms must submit forms to this office by 4:00 p.m. EST on the closing date. Late responses will be handled in accordance with FAR 52.215-1. Electronic (Email, facsimile, etc.) submissions are not authorized. The successful Offerors must have the capability of receiving and submitting all documents in an electronic format. Also, successful Offerors must have Internet access for browsing and receipt of electronic documents via Email. Submitted electronic documents must be in PDF (Portable Document Format). This is not a request for proposal, and there is no solicitation document or package or plans and specifications to be issued as a result of this announcement or a planholders?/bidders? list.
 
Place of Performance
Address: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, ROICC Camp Lejeune, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road, Camp Lejeune, NC, 28547-2521,
Zip Code: 28547
Country: USA
 
Record
SN00994468-W 20060226/060224212651 (fbodaily.com)
 
Source
FedBizOpps 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.