Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

C -- Replacement of Pier 5 , Norfolk Naval Shipyard

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic, Code AQ, 9742 Maryland AV., Norfolk, Virginia, 23511
 
ZIP Code
23511
 
Solicitation Number
N40085-08-R-9661
 
Archive Date
8/25/2008
 
Point of Contact
Carmelita C. Lariba,, Phone: 7573221011, Barbara T. Spruill,, Phone: 757-322-1013
 
E-Mail Address
carmelita.lariba@navy.mil, barbara.t.spruill@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, Hampton Roads Integrated Product Team (IPT), Norfolk, Virginia, announces its intent to award a Firm Fixed-Price, Stand-alone, Architect & Engineer (A-E) contract for Engineering and Design Services required for the Replacement of Pier 5 at the Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia, in accordance with PL 92-582 (Brooks A-E Act) and Federal Acquisition Regulation (FAR) Part 36. THIS ACQUISITION IS UNRESTRICTED. ALL QUALIFIED FIRMS ARE INVITED TO SUBMIT, MEETING THE CRITERIA. The North American Industrial Classification Code (NAICS) for this procurement is 541310, which has a size standard of $4,500,000.00. To be eligible for a contract award, a firm must be registered in the Department of Defense (DOD) Central Contractor Registration (CCR) via the CCR internet web site at http://www.ccr.gov. 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. PROJECT INFORMATION. The work for this project shall include but not be limited to: Demolish existing Pier 4 (1000 feet x 100 feet), Pier 5 (1000 feet x 150 feet), Berths 25 and 31 (222 LF), and Building 225. Construct new Pier 5 (1225 feet x 230 feet). Replace bulkhead Berths 25 and 31 with new low level relieving platform with mechanical and electrical tie-ins. The new pier will include a 3646 SF restroom, heavy weather mooring, and 40 gauge portal crane rail track. Site preparation will consist of dredging the area to 47 feet + 2 feet. The utility system will include steam, low pressure compressed air, fresh water, salt water, (including a salt water pump for fire protection, cooling, and flushing), storm water, sanitary sewer, and oily waste water collection, electrical systems (installation of underground 34.5kv primary distribution at the pier, 13.8kv and 4160v secondary pier power, 480v shore-tie and industrial power distribution), pier fire alarm, utility control system, lighting, and communications ( fiber optics, lines for telephones, television, and local area networks). This project will include environmental release of Piers 4 and 5. This project is part of the NAVFAC FY10 MILCON program and construction award is planned for FY 10, 2nd Quarter. The Architect-Engineering and Engineering Services are required to support the Norfolk Naval Shipyard, in Portsmouth, Virginia. The selected firm shall be able to provide on-site support in the execution of the Replacement of Pier 5 and Demolishment the existing Pier 4. Work to be performed under this contract include 1. DD Form 1391 documentation, 2. Design/Bid/Build plans and specifications, 3. Cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), sustainable engineering design practices, and construction inspection and engineering consultation services during construction. The DD Form 1391 documentation is prepared in the Navy's Electronic Procurement Generator (EPG) and includes cost valuation surveying, concept sketches, site sketches with utility points of connections; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, and drawings in AutoCAD format utilizing the National CADD Standards format with NAVFAC (Location) required modifications. Firms will also be required to provide documents in pdf format. Final documents will require electronic signature using the Navy's DeSign signature software. The contract requires that the selected firm has on-line access to web based support programs and E-mail via the Internet for routine exchange of correspondence. As defined by paragraph 1-6 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant. EVALUATION FACTORS. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate his/her and each key consultant's qualifications with respect to the published selection criteria for all services. Selection criteria (1) through (6) are of equal importance; criteria (7) and (9) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific selection criteria include: 1. Specialized Experience: (a) Past experience with regard to the design of the types of services listed above. (b) Knowledge of local codes, laws, permits and construction materials and practices of the contract area. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Active professional registration. (b) Past experience in the type of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members, specifically on projects addressed in Evaluation Factor 1. (c) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (d) Organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in the organization. 3. Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. 4. Ability to meet the schedules and capacity to accomplish the work. Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period and the ability to meet the schedules. 5. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1) Firms should include any letters of commendation or awards. 6. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible. 7. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. 9. Support for Small Business Sub-Contracting Effort a) Past Performance b) Subcontracting Plan Effort Prospective 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 the 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. Prospective Contractors shall include their 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, 24 July 2008. Responses should be sent to the following Mailing Address: Commander, Naval Facilities Engineering Command Building Z-140, Rm 320 Maryland Ave. Norfolk, VA 23511 ATTN: Carmelita C. Lariba, OPHRAQ3 Late responses will be handled in accordance with FAR 52.215-1. 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. THIS IS NOT A REQUEST FOR PROPOSAL. Inquiries concerning this project should include the solicitation number and title. Architect-Engineer firms which meet requirements described in this announcement are invited to submit a completed Standard Form 330. Firms responding to this announcement by 24 JULY 2008 will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7017c3c51397b2ed0eac712a992f3188&tab=core&_cview=1)
 
Place of Performance
Address: Norfolk Naval Shipyard, Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN01600324-W 20080626/080624221035-7017c3c51397b2ed0eac712a992f3188 (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.