Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2007 FBO #1880
SOLICITATION NOTICE

C -- Architectural & Engineering Services for Petroleum, Oils, and Lubricant facilities, Worldwide

Notice Date
1/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62473-07-R-4006
 
Response Due
2/20/2007
 
Description
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. INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE DISCIPLINE ARCHITECTURAL-ENGINEER (A/E) contract for the Naval Facilities Engineering Service Center, Port Hueneme, California. This synopsis is issued as unrestricted and a Firm Fixed Price Contract is anticipated. 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 provides for engineering and design services and studies for Petroleum, Oil and Lubricants (POL) systems, and supporting facilities of various locations, worldwide. Contract term will be for a Base Year with an option for two (2) additional years. Each performance period will run 365 calendar days from the date of award or exercise of option or until the maximum limit is reached, whichever occurs first. The maximum fee limit may not exceed $2,000,000.00 per performance period. Multiple Task Orders may be awarded with similar delivery schedules requiring the selected firm to provide services with overlapping work/delivery dates. A minimum of $10,000.00 is guaranteed for the base year only. Individual Task Orders are expected to range between $1,000.00 to $75,000.00 each. The design and engineering services will require expertise in architectural, mechanical, electrical, civil, structural, and environmental disciplines as it pertains to Department of Defense (DoD) POL systems. The emphasis of the required design and engineering services will be for the planning, design, preparation of specifications (materials, systems and assemblies), drawings (plans), assessment, and AFPI certified and non-certified inspection of fuel piping, above and below ground fuel tanks, valves, pumps, control systems, associated fuel equipment (filter/separators, meters, strainers), associated electrical systems supplying POL equipment, and all ancillary POL support facilities and structures. Implementation of current federal, state, and local environmental regulations is required. The A/E is required to be knowledgeable in the federal and DoD standards for the inspection, design, installation, construction, operations, and maintenance of POL facilities, including, but not limited to: 49 CFR, 33 CFR, 40 CFR, API 510, API 650, API 641, API 653, API 570, API 574, API 578, ASME 31.3, ASME 31.4, AWS QC1, NFPA 30, NFPA 30A, UFC 3-460-1, UFC 3-460-3, MO-230, UFC 3-570-05, standard designs for Type III, IV, and V hydrant systems, aircraft direct fueling systems, and above ground storage tanks. Implementation of current and evolving DoD standards for Force Protection and Anti-terrorism is required. Interfacing with existing or new security/anti-intrusion devices is required. The A/E will be required to perform engineering design and analysis of fuel storage and distribution systems, cathodic protection systems, emergency backup power, lighting, fire protection, structural engineering analysis, piping hydraulic, surge, and pressure relief analysis, and all ancillary POL support facilities and structures. The A/E may be required to perform inspection and engineering assessments of existing POL distribution systems and supporting facilities including certified API inspection of storage tanks, pipelines, and pressure vessels. The A/E may be required to performing engineering services in support of POL distribution systems and supporting facilities including preparation of cost estimates, life cycle cost analysis, economic impact studies or analysis, construction and installation schedules, development of maintenance plans, schedule development, feasibility studies, geotechnical surveys, failure analysis, surveying, coating and cathodic protection surveys, preparing project technical reports and sketches, environmental studies in support of permit applications to federal, state, and local agencies, Title II services, preparing required permit documentation, and preparing cost and progress reports. The A/E may be required to provide quality assurance (PCAS and Title II) services during the installation and construction of fuel storage and fuel distribution systems, cathodic protection systems, lighting, emergency backup power systems, fire protection, and supporting facilities and structures. The A/E may also be required to provide the review of documentation, processes and procedures developed during the inspection, design, installation, construction, maintenance, and operation of POL related facilities. Hazardous material surveys may also be required to include testing and sampling, providing design removal procedures, and preparing construction contract documents in accordance with applicable rules and regulations pertaining to hazardous materials. This work may involve dealing with asbestos, lead, and other hazardous waste. Contractor will be responsible for gathering data, identifying significant issues, developing appropriate inspection methods, identifying required retrofits, and providing design and engineering services for the construction and installation of simple to complex POL systems and supporting facilities. Some Federal Agencies may require all personnel having access to a specific project site or design be required to sign a Non-Disclosure Statement and pass a Federal Law Enforcement Agency Background Screening Process. The contractor shall have the capacity to prepare or modify documents and drawings using software that is compatible with the following: past and recent versions of Autodesk, AutoCad, Wordperfect, Lotus 1-2-3, Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft Powerpoint, Microsoft Project, SPECSINTACT, and Database, CAD, and word processing documents related to Intergraph stations. Estimated start date for this contract is April 2007. Selection criteria will include (in order of importance): (1) Specialized Experience - Provide a description of similar, recent Department of Defense POL projects (maximum of ten (10)), with clients, for which team members provided a significant technical contribution. Work on these projects must have been done in the last five (5) years. In matrix form, identify which team members worked on the projects described above. (2) Professional Qualifications - Submit a matrix for proposed design team(s), including alternates, that contains the following data about the member?s assignment: team member?s name, firm name, level and area of concentration (i.e., BS electrical engineering), location of professional registration including license number, states of professional registration, number of year professional experience, and number of years with current firm. Identify any API, AWS, NACE, ASNT, etc. certification of all team members. Identify and prior/active security clearances of all team members. 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. (3) Capacity - The ability of the firm to execute multiple, simultaneous projects within a reasonable minimum time limit as demonstrated by the team?s history of successfully completing projects in compliance with performance schedules and providing timely construction support. Discuss how surge workload would be handled. (4) Past Performance of the firm during contracts with Government agencies and/or private industry with respect to cost control, quality of work, and compliance with performance schedules. Demonstrated long-term Government or private business relationships, repeat business on related efforts and construction support are valued. Provide a 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). Ratings should be not later than five (5) years. Provide an explanation of your management approach, an organizational chart showing inter-relationship of management and design team components, and specific quality control process. Describe your quality control program/process; identify who has the responsibility for implementation of the program, and discuss how you instill a culture of quality throughout the team. (5) 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 business of 76.07%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) 15.88%, Women Owned Small Business (WOSB) 14.22%, Veteran Owned Small Business (VOSB) 3%, Service Disabled Veteran Owned Small Business (SDVOSB) 3%, and HUBZone Small Business 3.1%. 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. Note: If large business is 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. (6) Location - Firms location within and demonstrated knowledge of the general geographical areas in which projects could be located. Indicate firms location of main offices, branch offices, and sub-consultants offices. Describe and illustrate the teams knowledge and availability to work in the geographical area. (7) Volume of Work previously awarded to the firm by the Department of Defense within the past twelve months. Indicate in Block H the total dollar value of contracts awarded and their projected completion schedules. SF 330s 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. SF 330 Part I is limited to 50 pages. SF 330, Part II is limited to one page for the prime contractor and one page for each subcontractor. In Part I, Section B, block 5, include the firms Tax Identification Number and ACASS number. Part II, block 5(b), Small Business Status do not leave this blank. Two copies of the submittal package is to be received in this office no later than 2:00 p.m., Pacific Time on February 20, 2007. Submittals received after this date and time will not be considered. Telegraphic and facsimile of SF 330s will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFAS 252.204-7004, all firms must be registered with the Central Contractor Registration (CCR) prior to award of any contract. Responses are to be submitted to NAVFAC Southwest, Specialty Center Contracts Core, Code RAQN0, Naval Base Ventura County, 1205 Mill Road, Bldg. 850, Port Hueneme, CA 93043-4347, Attn: Terry Moore. Outside corner of mailing envelope shall be labeled as follows: A/E Services, N62473-07-R-4006.
 
Record
SN01212998-W 20070119/070117221157 (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.