Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2008 FBO #2260
SOLICITATION NOTICE

C -- Indefinite-Quantity Architect Engineering Contract for design services and preparation of engineering studies and requests for proposal.

Notice Date
2/1/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N40083 NAVFAC MIDWEST DETACHMENT CRANE, NSA 300 Highway 361 B-2516 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N4008308R2117
 
Response Due
3/3/2008
 
Archive Date
4/2/2008
 
Point of Contact
Timothy Curry 812-854-3537
 
Description
Indefinite-Quantity A-E Contract for design services and preparation of engineering studies. Types of projects needing plans and specifications include miscellaneous renovation/repair and new construction ranging between $100,000 and $5M with design-build RFP preparation up to $20M and will be located at Naval Support Activity Crane, Crane, Indiana,. The majority of the work is anticipated to be at Naval Support Activity Crane, Crane, Indiana and some work may be required at Department of Navy locations in Indiana, Illinois, Kentucky, and Tennessee. The total A-E fee for the contract shall not exceed $1,000,000. The contract will remain in effect for one year. A second year option for an additional $1,000,000 may be exercised at the discretion of the Government. A minimum fee of 5% of the estimated maximum price of the contract is guaranteed. The design contract scope will require architectural, mechanical, fire protection, electrical, civil, (including railroad de sign), structural (including energetic and explosives hazards, and blast resistant design), and minor environmental disciplines. The work includes preparation of plans (in Autocad Release 2006 or later), specifications (using SPECSINTACT system), design basis and code analysis documents, and construction cost estimates (using WinEstimator/MEANS cost estimating system) for all types of new facilities and/or upgrades of existing facilities. Also studies, engineering economic analysis, collateral equipment lists, project preliminary hazard analysis, permit application preparation, interior design, contractor submittal review, Title II Inspection, operation and maintenance support information (OMSI), planning and concept studies (for master planning, traffic analysis, urban planning, etc.), military construction project planning and project program development, State Historic Preservation Office (SHPO) Studies, and as-built preparation may be required. Designs, studies, and RFP Prep may include work with energetic and explosive hazards includi ng blast resistant design. All work shall be in English or metric units at Governments discretion. This work may involve dealing with asbestos, lead and other hazardous waste. The A-E may be required to conduct a comprehensive asbestos/lead paint survey and provide a design which will support the removal and disposal of hazardous material in accordance with applicable laws and regulations of the states in which the projects are located. Firms must be able to accept work which involves asbestos, lead paint and hazardous materials. Proper accreditation is required for asbestos and lead in each state or by the EPA. The A-E will be required to conduct extensive on-site investigations to obtain data for design. MILCON design-build RFPs will require cost estimates to be done in M-Caces Cost Estimating System. Significant evaluation factors (in order of importance): 1. Professional Qualifications: Submit a matrix for proposed design team(s), including alternatives, that contains the following data about the member?s assignment: Team member?s name, firm name, office location, proposed team assignment, % time to be spent on this team, highest education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, number of years with 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 team members provided a significant technical contribution. Work on these projects must have been done in the last five years. Indicate how each project is relevant to the work described herein. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team member names shall be across the top row of the matrix. Describe the firms experience with the SPECSINTACT system, th e M-Caces cost estimating system, the WinEstimator/MEANS cost estimating 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 2002 or later and should include those for joint venture partners and include the following data: clients contact, clients 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, name of each design team member, all team member associates, and the name of at least one alternative for each key person. A-E shall provide a listing of present business commitments and their completion dates. 5. Location: Location of the firm in the general geograp hical area of the project. 6. Volume: Volume of work previously awarded to the firm by the Department of Defense. Interested firms must list in block 9 of the SF330 the amount and dates of all DOD fees for A-E/E-S services awarded and negotiated with awards pending between 1 November 2002 and 1 November 2007. 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, specify quality control process, a portfolio of design work (both new construction and upgrades to existing facilities), financial and credit references, and performance references. After award the A-E shall provide a Site Safety Plan and an Activity Hazard Analysis for each project. A-E firms wishing to be considered must submit a SF330 by close of business, March 3, 2008. This is not a request for proposal.
 
Record
SN01498652-W 20080203/080201224443 (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.