Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOLICITATION NOTICE

C -- Indefinite Quantity A&E Civil/Structural/Waterfront Services at Military Installations at NAVFAC Atlantic and Mid-Atlantic

Notice Date
2/26/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV. NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R2117
 
Response Due
3/27/2008
 
Archive Date
4/26/2008
 
Point of Contact
Deborah Abell 757-444-0585
 
E-Mail Address
Email your questions to deborah.abell@navy.mil
(deborah.abell@navy.mil)
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Engineering and design services for an indefinite quantity contract for civil/structural/waterfront services. The preponderance of the work under these contracts is anticipated to occur within the NAVFAC Mid-Atlantic Northeast IPT area of responsibility including the states of Delaware, Pennsylvania, New York, New Jersey, Massachusetts, Connecticut, Rhode Island, New Hampshire, Maine, and Vermont. Work could also be added in any other area of responsibility of NAVFAC Mid-Atlantic or NAVFAC Washington, D.C. including the District of Columbia and the states of Maryland, Virginia, North Carolina and West Virginia. Work will include engineering services for the study and design of new construction, repair, alteration and improvement for (1) waterfront (piers, wharves, quaywalls, drydocks, bulkheads, crane rail systems, fender systems, condition reports and underwater inspection, dredging design and waterfront related utilities) (2) civil (airfields, roads, parking areas, railro ads, utility systems including sanitary and storm, wastewater treatment plants, water systems, storm water management, sediment and erosion control, and earthwork retaining walls) (3) structural (buildings, building renovations, bridges, other industrial structures, failure investigation including destructive and non-destructive testing, seismic design, progressive collapse analysis, foundation design and blast resistant design), (4) associated electrical, mechanical, and fire protection engineering and architectural services. The following services may also be required: facility planning which includes project programming documents (1391 development), development of requirements, preparation of engineering evaluations, project scope, and unit guidance or parametric cost estimating, development of alternatives and economic analysis; analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues; Design-Bid-Build packag es, Design-Build Request for Proposal packages, government collateral equipment lists, project preliminary hazard analysis, obtaining permits and regulatory approvals, review of contractor submittals, field consultation and inspection during construction, Title II Inspection, Operation and Maintenance Support Information (OMSI), and as-built drawing preparation. The initial project will be determined at a later date. The Naval Facilities Engineering Command is presently using Design-Build as the preferred method for acquiring capital improvements. Though Design-Bid-Build methodologies (with the preparation of 100% Plans and Specifications) will continue to be utilized, a significant number will likely require preparation of Requests for Proposal packages for Design-Build solicitations using abbreviated (0% - 30%) design documentation. Packages would include elements of site/engineering investigation, architectural programming, and function/performance specifications. Phases and/or pre-priced contract options may be included and will be ex ercised at the discretion of the government for 0 to 35%, 35 to 100% design, and post construction contract award services. Contract award is contingent on availability of funds. Options are normally exercised within several months of completing prior work; however, delays of up to one year are possible. Some projects will require design in the metric system. As part of this contract, an asbestos and/or lead-based paint assessment may be required to determine the presence of hazardous material during removals/demolition or at utility points of connections. Firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials. Work will be prepared utilizing AutoCAD 2006 or higher. Specifications will be prepared using SPECINSTACT SGML program, and cost estimates using the Success estimating program in a Work Breakdown Structures (WBS) system format will be utilized. Selected firm will be required to provide documents in pdf format for posting to a Government web site during solicitation. Firms are advised that the selected firm, its subsidiaries or affiliates which design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or request for proposals for Design-Build projects, or other activities that result in identification of project scope and cost. The contract requires that the selected firm have on-line access to email via the Internet for exchange of correspondence/information. SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE. Recent experience (within the past five years) of the design team members individually and collectively as a total team (A/E, client, outside agencies) in the type of work required or evidence of similar relevant experience (as described above) and in: a) Designing and providing construction documents for various civil, waterfront, and structural items (as previously described) b) Performing facility planning studies which includes 1391 development, developing of requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. Project development will include development of alternatives and economic analysis, analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues. c) Designing projects to Navy, Air Force or other DOD agencies criteria, d) On-site functional analysis and on-site schematics, space programming and budgetary or parametric cost engineering, e) Designs using AutoCAD, SPECSINTACT, and NAVFAC cost estimating, and, f) Evidence of prior experience or of the skills needed in the preparation of design/build Request for Proposal packages. g) Evidence of experience of both the firm and key personnel in and knowledge of the federal acquisition process. 2. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual design team members. At a minimum, professional registration is required of one individual in each of the specified disciplines. The team shall include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering or a related engineering discipline and include 5 complete years of full time experience dedicated to fire protection engineering since 2003. 3. CAPACITY: a) Capacity of the firm and project teams to accomplish multiple, large, and small projects simultaneously, and b) Ability to sustain the loss of key personnel while accomplishing work within required time limits. 4. PAST PERFORMANCE: Past performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. 5. QUALITY CONTROL PROGRAM OF THE FIRM TO ENSURE TECHNICAL ACCURACY OF SUBMITTALS. Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning, and engineering services. 6. LOCATION: a) Location in the general geographical area of the anticipated projects, b) Knowledge of local site conditions and applicable regulatory requirements, and c) Ability of the firm to ensure timely response to requests for on site support. 7. SUSTAINABLE DESIGN: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility designs. 8. SUBCONTRACTOR UTILIZATION: Use of small business, small disadvantaged business, women owned small business, historically black colleges and minority institutions, used as primary consultants or subconsultants. Note: A preliminary small business subcontracting plan will be required if a slated firm is a large business concern prior to being interviewed. Current Naval Facilities Engineering Command, MID ATLANTIC small business subcontracting goals measured as a percentage of total subcontracting are as follows: small business 76.78%, small disadvantaged business 16.03%, women owned small business 14.37%, service-disabled veteran owned small business 3.0%, veteran-owned small Business 3.0% and HUBZone small business 1.35%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 330. 9. VOLUME: Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Estimated Start Date: MAY 2008. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $10,000,000 for the entire contract term. 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. This proposed contract is being solicited on an unrestricted bas is; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541330 ($4,500,000). 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 Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. 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. Responses are due no later than 2:00 p.m. EST, 27 March 2008. Responses should be sent to the following addresses: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Northeast IPT, Attn: Deborah J. Abell, OPNEAQ, 9742 Maryland Avenue, Norfolk, Virginia 23511-3095. Expres s Mail Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Northeast IPT, Acquisition Department, Attn: Deborah J. Abell, Code OPNEAQ, Building Z-144, Suite 109, 9324 Virginia Avenue, Norfolk, Virginia 23511-3689. Late responses will be handled in accordance with FAR 52.215-1 Instructions to Offerors -- Competitive Acquisition (Jan 2004). Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title. No material will be returned. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed by the project. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Record
SN01517287-W 20080228/080226224441 (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.