Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2009 FBO #2677
SOLICITATION NOTICE

C -- Multiple Award Indefinite Delivery Indefinite Quantity Contract for Medical Projects located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide.

Notice Date
3/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247009R9023
 
Response Due
4/23/2009
 
Archive Date
5/8/2009
 
Point of Contact
Maureen Hosely 757-322-4421 Maureen Hosely 757-322-4421e-mail maureen.hoesly@navy.milJames Kanash 757-322-8233e-mail james.c.kanash2navy.mil
 
Small Business Set-Aside
N/A
 
Description
This UNRESTRICTED procurement is for a Multiple Award Indefinite Quantity Contract for Engineering and Design Services for Medical Projects located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide. Up to three Indefinite Quantity Contracts will be awarded as a result of this competition. Projects to be performed under those contracts can be categorized as medical in nature. Anticipated projects will be designed in accordance with criteria prescribed in UFC 4-510-01 dated May 2007 and the Uniform Federal Accessibility standards. Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, Design-Build RFPs, plans, specifications, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), Commissioning, 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. Firms will also be required to provide documents in pdf format. Some projects may also require design in the metric system. 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. Also, in accordance with UFC 3-100-10N, the services of a practicing, certified or registered interi! or designer will be required for this contract The A&E firm must demonstrate its and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) through (4) are considered most important and equal among themselves, Factors (5) and (6) are of slightly less important and equal between themselves, and Factors (7), (8), and (9) are of lesser importance, equal among themselves, and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience:(a) Experience in the planning of medical facilities. Provide examples of planning studies that involved preparation of the following planning documents - Health Care Requirements Analysis (HCRA), Facility Utilization Studies (FUS), Deficiency Tabulations (DEFTAB), Economic Analysis (EA), and Project Books (as defined in UFC 4-510-01). (b) Experience in the design of medical facilities per the requirements in UFC 4-510-01. Provide examples of designs that involved new construction, and renovation of hospitals and/or clinics. (c) Experience in the preparation of Design-Build RFPs. (d) Firm's experience in providing construction phase services on medical facilities (shop drawing review, as-built drawing preparation, commissioning, preparation for JCAHO accreditation, construction inspection services, interior design, and OMSI). Demonstrated specialized experience with DoD medical facilities will be afforded greater weight. The firm shall provide a maximum of eight (8) projects that were completed within the past five years, or on-going projects that are substantially completed, that demonstrate specialized experience as shown above. Projects shall be submitted on the SF-330. For submittal purposes, individual task orders issued on an IDIQ contract as well as separate, individual contracts are considered as individual projects. The format for the projects shall include: Point of Contact, e-mail address, phone number, contract number or project identification number, contract period of performance, award contract value, current contract value, a list of team members who performed this work and a summary of the work performed. Failure to provide current accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for each joint venture partner, not to exceed a total of eight (8) projects. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: Firms/teams will be evaluated in terms of the competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Firms/teams should include the following: (a) List names of staff to be assigned to this contract. Provide the following for each person: professional registration (if applicable), role expected to play in this contract, roles they played in the projects addressed in Evaluation Factor 1 (if applicable), and experience in medical planning and design (with present and other firms if applicable). Differentiate between planning and design experience.(b) Provide an organization chart of the firm and indicate the management plan for this contract. 3. 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. In evaluating past performance, the Government may consider information provided by the firm, customer inquiries, Government databases, and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. 4. 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 concepts employed, LEED certification awarded, and LEED Certified Professional proposed for this contract. 5. Workload Capacity: Ability to perform the work to schedules and capacity to accomplish seven (7) tasks simultaneously (show current and projected workload with a plan and schedule 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. Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. 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). Firms will be evaluated on the locations of their office or offices that will be performing the work under this contract. Due to the worldwide coverage of this contract, offices in multiple locations would be considered an advantage. 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. Small Business Subcontracting Effort (ISRs and SF 330) Large Business Firms shall submit three Individual Subcontracting Reports (ISRs) for similar contracts of relative size showing compliance with the utilization of HUBZone, SB, SDB, WOSB, VOSB, SDVOSB firms, and if applicable, HBCU/MI. Additionally, large businesses shall submit a draft Small Business plan, in which they 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 for FY 2009 expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) - 65%, HUBZone (HUB)-1.42%, Small Disadvantaged Businesses (SDB)-16.18%, Women-owned Small Businesses (WOSB)-14.53%, Veteran-Owned Small Business (VOSB)-3% and Service Disabled Veteran-Owned Small Business (SD! VOSB)-3%. If a large business firm is selected for award, a Subcontracting Plan in accordance with FAR 19.7 and DFARS 219.7 will be required. The Small Business size standard classification is NAICS 541310, Architectural and Engineering Services, size standard $4,500,000.00. The attached Small Business Subcontracting Plan template shall be used to complete the draft subcontracting plan. Firms shall submit their "draft" Small Business Subcontracting Plans utilizing this template, and only this template. The Government intends to award a maximum of three (3) contracts under this announcement. Future task orders will be competed among the awarded contracts. Each awardee will be provided a fair opportunity to be considered for each order issued under the multiple award contract, unless approval is obtained to waive or limit competition in accordance with 16.505. In order to determine the most highly qualified firm for each task order, the Government will evaluate each firm on the following criteria. Evaluation factors (1)-(4) are of equal importance and factor (5) will be used as a tie-breaker only among equally qualified firms. : (1) Experience with or knowledge of the specific facility addressed under the task order; (2) Professional qualifications and specialized experience relevant to the specific services required under the task order; (3) Capacity to complete the work within the required timeframe. (4) Past performance on previous task orders either completed or under way issued under the contract will also be considered once a history of performance is established. (5) Equitable distribution of work: Total dollar value of previous task order awards under this contract. The Government's evaluation will be based on (1) a review of the SF330 submitted by the firm for the basic contract; and/or (2) the Government may request an addendum to the SF 330 addressing all or some of the above criteria for individual task orders. In addition, should the Government choose to utilize other or additional criteria for the selection, the MAC holders will be notified prior to evaluation. 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. The duration of the contracts will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The combined total amount that may be paid under the contracts (including option years) will not exceed $100,000,000 for the entire contract term. The minimum guarantee for each contractor is established at $10,000.00 for the entire contract term (including option years). 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's 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. Type of contract: Firm Fixed Price Indefinite Delivery Indefinite Quantity Contract. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. This is NOT a Request for proposal. SUBMISSION REQUIREMENTS: Architect-Engineer firms that meet the requirements described in this announcement are invited to submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 pitch font or larger. Part I shall not exceed 75 single-sided 8.5 X 11 inch pages. Introductions shall not be included in Sections E and F. 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 profession of Architecture or Engineering, i.e., State registration number, a brief explanation to the firm's licensing in states that do not register firms, etc. Interested firms shall submit six (6) hard copies of the SF-330 and six (6) CDs to Naval Facilities Engineering Command, Atlantic, Code ACQ12, Attn: James Kanash, 6506 Hampton Blvd., Norfolk, VA 23508. Responses are due no later than 23 April 2009 at 4:00 pm. local time (EST). Late responses will be handled in accordance wi! th FAR 52.215-1. Hand carried responses will not be accepted. Point of Contact at NAVFAC-Atlantic is either, Maureen Hosely, Contract Specialist at 757-322-4421or James Kanash, Supervisory Contract Specialist at 757-322-8233. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f2afedf32d08b7e2e827347a06ebddf6&tab=core&_cview=1)
 
Record
SN01776474-W 20090326/090324220440-74a16a023514a660e371adda7afa0549 (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.