Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
MODIFICATION

C -- Architect Engineering Services

Notice Date
4/6/2006
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N40083-06-R-4013
 
Response Due
4/17/2006
 
Archive Date
5/2/2006
 
Point of Contact
Michyl Veach, Contract Specialist, Phone 847-688-2600x104, Fax 847-688-6567, - Sari Brindel, Contract Officer, Phone 847-688-2600x417, Fax 847-688-6567,
 
E-Mail Address
michyl.veach@navy.mil, sari.brindel@navy.mil
 
Description
The purpose of this Sources Sought synopsis is to identify potential Small Business Administration (SBA) qualified sources in the categories of HUBzone, 8(a), Service Disabled Veteran Owned Small Business, and Emerging Small Business relative to NAICS Code 541310 (size standard $4.5 million average annual receipts for preceding three fiscal years). Responses to this sources sought synopsis will be used by the Government to make appropriate acquisition decisions for a planned Indefinite Delivery Indefinite Quantity (IDIQ) Architect and Engineering (A & E) Contract. After review of the responses to this sources sought synopsis, and if the Government still plans to proceed with the acquisition, a synopsis will be published in the Government?s Federal Business Opportunities website FedBizOpps, http://www.fbo.gov/. A response to this sources sought synopsis will not be considered a response to a forthcoming solicitation announcement. A response to this sources sought notice will not result in your firm?s name being added to a plan holder?s list to receive a copy of the solicitation. There is no solicitation available at this time. All interested offerors will have to respond to the resultant solicitation announcement in addition to, and separate from, responding to this sources sought notice. The scope of work in this sources sought notice is for licensed architectural, multi-disciplined engineering and design (A/E) services for facilities demolition, repairs, alterations and/or new construction. Various taskings would be ordered under an indefinite quantity, firm-fixed price type contract (using GSA Look-Up Table for design fees with Estimated Construction Costs between $100,000 and $2 million) for all types of new and existing facilities. This includes: 1) Project planning and development (Scopes of work); 2) Engineering Studies; 3) Project designs (including preparation of drawings in AutoCAD 2000 or higher, calculations, specifications using the SPECSINTACT system, and cost estimates using the Government?s Work Breakdown Structures (WBS) system with the SUCCESS cost estimating and management system program for projects with an ECC of $100,000 or more); and 4) use of the NAVFAC Midwest Simplified Acquisition Procedure, SAP (with sketches, essential calculations, minimal specifications and order of magnitude cost estimates for projects with an ECC of less than ($100,000). The following additional services may be required: partial design packages; design-build RFP packages; repairs and alterations to existing facilities, collateral equipment lists; project preliminary hazard analysis; obtaining permits and regulatory approvals; surveys (topographic and boundary); soil investigations, comprehensive interior design; contractor submittal review; construction inspection, observation and consultation; Operations & Maintenance Support Information (OMSI); environmental assessments; anti-terrorism/force protection evaluation and design; designs for phased construction; and as-built drawing preparation. Some projects will require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint surveying and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. Selected firm will NOT be able to propose on design-build delivery orders for which the firm or any of the firm?s consultants has assisted the Government in the preparation of the design-build RFP. Significant evaluation factors (in order of importance): 1) Professional Qualifications: Submit a matrix of proposed design team(s), including alternatives, that contain the following data about the members assignment: Team members name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, number of years wit the firm. Also for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years. 2) Specialized Experience: Provide a description of germane, recent projects, with clients, for which the team members provided a significant technical contribution. Work on these projects must have been in the last five years. Indicate how each project is relevant to the work described herein. Describe the firms experience with the SPECSINTACT system. 3) Past Performance: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DoD clients (designate your role: prime, consultant or joint venture partner). These ratings should be dated 2000 or later and should include any joint venture partners and include the following data: clients contact, client need date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 4) Capacity: Submit an organizational chart with the following submission: Principal point of contact, project manager, team leaders, the name of each design team members, all team members associates, and the name of at least one alternative for each key person. 5) Location: Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors in the NAVFAC Midwest area of responsibility. At the selection interview, A-E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control processes, a portfolio of design work (both new construction and upgrades to existing facilities), a listing of present business commitments and their required completion schedules, financial and credit references and performance references. The contract will be for DoD installations with the NAVFAC Midwest area of responsibility (IL, IN, WI, OH, MO, MI, MN, IA, ND, SD, NE, KS, KY, TN, WY, CO, OK, and AR) with the majority of the work anticipated at Great Lakes, Illinois. The total contract amount is not expected to exceed $30,000,000.00 shall not exceed $6,000,000.00 per year, and shall not exceed $200,000.00 per project, unless mutually agreed. The guaranteed minimum contract amount is $25,000. The duration of the contract will be for one year. The contract may be extended up to four additional years by options exercisable at the discretion of the Government. The contract may include additional ordering agents. SUBMITTAL REQUIREMENTS: To respond to this Sources Sought Notice, provide one submittal package including an original SF 330, Parts 1 and 2, for the prime and an SF 330 for each subcontracted consultant proposed, and responses to the evaluation factors listed above. All respondents to this Sources Sought Notice shall additionally include a narrative addressing their ability to adequately coordinate and accomplish all required engineering services for multiple projects described above in a multi-state area. In this narrative, the respondents shall identify specific expertise retained in-house and also services that would be subcontracted out. Each respondent shall also identify its small business category (8(a), HUBzone, Small Business, etc). The submittal package must be received not later than 2:00 p.m. Central Time on April 17, 2006. Label lower right corner of outside mailing envelope with: A/E Services, N40083-06-R-4013, Attention: Ms. Michyl Veach. Mailing address is: Commander, Naval Facilities Engineering Command, Midwest, 201 Decatur Ave, Building 1-A, Great Lakes, IL 60088-5600. For additional clarifications and questions, please contact Ms. Michyl Veach at (847) 688-2600, extension 104 or e-mail at michyl.veach@navy.mil.
 
Place of Performance
Address: Naval Facilities Engineering Command, Midwest, 201 Decatur Avenue, Bldg 1-A, Great Lakes IL
Zip Code: 60088-5600
 
Record
SN01022418-W 20060408/060406221248 (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.