SOLICITATION NOTICE
C -- INDEFINITE QUANTITY CONTRACT FOR FACILITY PLANNING SERVICES FOR VARIOUS LOCATIONS IN THE NAVFAC WASHINGTON AREA OF RESPONSIBILITY
- Notice Date
- 4/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
- ZIP Code
- 00000
- Solicitation Number
- N4008009R0498
- Response Due
- 5/12/2009
- Archive Date
- 5/27/2009
- Point of Contact
- JONATHAN BENTS 202-685-8281
- Small Business Set-Aside
- N/A
- Description
- Indefinite Quantity Contract for Facility Planning Services for Various Locations within the NAVFAC Washington Area of Responsibility ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER (A-E) QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Professional planning services are required for a Firm Fixed Price Indefinite Quantity Contract for various projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Washington region (Washington DC, Virginia, and Maryland). Planning services may also be required at other NAVFAC Atlantic sites, other Navy regions, and non-Navy sites, or may be required to support joint service or other global efforts. Planning services anticipated under this contract include master planning, facility planning, intergovernmental planning, financial analysis, engineering analysis, and other planning services. Anti-terrorism/force protection planning; traffic engineering; civil engineering; surveying; cost estimating; sustainable design, landscape architecture, and architecture services may be required to support planning services. NAVFAC Washington intends to make multiple awards for firm fixed price architecture/engineering services from this announcement. The total amount of the contract will not exceed $25 million. The duration of the contract will be for a period of five (5) total years-one base year with the possibility of four one-year options. The estimated contract start date is August 2009. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. EVALUATION FACTORS ORDER OF IMPORTANCE The order of importance of the evaluation factors is as follows: Factors 1 through 3 are equal in importance to each other and together more important than Factors 4 through 7 which are listed in descending order of importance. Factor 1 - Specialized Experience In accordance with SF 330, Section F, provide 10 examples of projects which best illustrate the proposed team's qualifications for this contract. Indicate scope, size, cost, principal elements and special features of the project, and discuss the relevance of the sample project to this contract. Include no more than three examples each from the master planning and facility planning categories; no more than two examples from the intergovernmental planning category; and no more than one example each from the financial analysis and engineering analysis categories. Do not list any projects more than 5 years old. State if your firm does not have relevant experience in a category. Following are examples of each category: Master Planning (3).Master plans.Global Shore Infrastructure Plans.Campus plans.Airport plans.Seaport plans.Industrial campus plans.Recapitalization plans.Capital improvement plans.Installation Appearance PlansFacility Planning (3).Basic Facility Requirements.Asset Evaluations.Facility Planning Documents.Space Planning.DD Form 1391.Property Record Cards.Integrated Logistics Systems studiesIntergovernmental Planning (2).Range Air Installations Compatible Use Zones studies.Air Installations Compatible Use Zones studies.Federal Aviation Administration Part 150 studies.Encroachment Action PlansFinancial Analysis (1).Economic analyses.Enhanced use lease studies.Construction cost estimatesEngineering Analysis (1).Traffic engineering studies.Engineering feasibility studies.Facility condition assessments Range of project experience and specialty in areas listed above will be the basis for evaluation. Provide the additional information requested below. a. Planning GuidancePlanning is shaped by adopted guidance such as vision statements, facility planning instructions and anti-terrorism/force protection requirements; and federal requirements such as the National Environmental Policy Act and the National Historic Preservation Act. Describe how your firm will ensure compliance with these requirements while simultaneously incorporating innovative thinking and new approaches into the planning products that may be required under this contract. Provide examples to support your answer. Innovation in problem solving, accomplishing work with limited resources, and logical approach to problem solving will be the basis for evaluation. Limit answers to 500 words. b. Approach to WorkPlanning often requires new and innovative approaches in response to changing priorities, declining fiscal resources, and technological innovation. Describe your firm's approach to these challenges when the past provides no precedent. Provide examples to demonstrate your approach. Innovation in problem solving, accomplishing work with limited resources, and logical approach to problem solving will be the basis for evaluation. Limit answers to 500 words. c. TechnologyThe use of geographic information systems, computer aided design, building information modeling, illustration technology and other technologies continues to evolve and provide new tools for planners. Describe how your firm will incorporate technological innovations into planning solutions. Provide examples to demonstrate your approach. Innovation in problem solving, accomplishing work with limited resources, and logical approach to problem solving will be the basis for evaluation. Limit answers to 500 words. Factor 2. Professional Qualifications and Technical Competence of the Firm and Team Members. In accordance with SF 330, Section E, provide the resumes of key personnel proposed for the contract. Ensure that each section is answered in full and that each resume includes expected level of responsibility. Professional credentials and experience level will be the basis for evaluation. Complete SF 330, Section G, as instructed. Previous work experience as a team will be the basis for evaluation. Factor 3. Past Performance. Evaluation will include past performance with respect to work quality, compliance with schedules, and cost effectiveness (with an emphasis on projects addressed in Factor 1.) For the projects identified in Factor 1 list the client name and contact information. Evaluation may also include data obtained from ACASS. Factor 4. Capacity of Firm to Accomplish Multiple Task Orders Simultaneously. In accordance with SF 330, Section D, provide the organizational chart of the proposed team, including consultants. Include the name; responsibilities (including quality assurance/quality control); firm; and geographic location of key personnel proposed for the contract. Explain how work under this contract will integrate with the firms overall current and projected workload, how the firm will conduct multiple task orders simultaneously and provide qualified back up staffing of key personnel to meet unexpected project demands and workload surges. Identify other IDQ contracts and others of this type awarded within the past 12 months. Provide the agency, value and start and finish dates. Factor 5. SustainabilityOne predominant approach to sustainability has yet to be determined or endorsed universally. Describe how your firm will incorporate sustainability principles in planning when guidance, such as LEED for Neighborhood Development, has yet to be adopted. Provide examples to support your answer. Innovation in problem solving, accomplishing work with limited resources, and logical approach to problem solving will be the basis for evaluation. Limit answers to 500 words. Factor 6. Quality Assurance/Quality ControlTechnically accurate, clearly written documents are essential to the decision-making process. Describe how your firm will ensure that the planning products you produce will meet these requirements; your methods for measuring technical accuracy; your quality assurance/quality control process; and how review comments will be managed and incorporated into documents. Innovation in problem solving, accomplishing work with limited resources, and logical approach to problem solving will be the basis for evaluation. Limit answers to 250 words. Factor 7. Firm/Team Location and Geographical Area Demonstrate experience within the NAVFAC Washington Area of Responsibility (AOR). Demonstrate knowledge and experience with federal, state, local regulatory agencies that have cognizance over facility planning at installations through the AOR such as state historic preservation offices, regional planning agencies, the US Commission of Fine Arts, and the National Capital Planning Commission. Identify the location of all team member offices expected to be utilized under this contract. Evaluation will also include the firms identify and commitment to the published Small Business Subcontracting Program. The small disadvantaged business goal in the plan shall not be less than 16.18% of the subcontract work. The women-owned small business goal shall not be less than 14.53%; small business not less than 77.51%; HUBZone not less than 1.42%; Veteran Owned Small business not less than 3.00% and Service Disabled Veteran owned small business not less than 3.00%. Large Business firms shall submit their Navy-wide SF295, Summary Subcontract Report with the SF30. The small business size standard classification is NAICS 541330 ($4.5m). If slated for an interview, the firms shall then provide a Preliminary Subcontracting Plan (support for small business subcontracting) as part of the interview. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. Firms that meet the requirements listed in this announcement are invited to submit four copies of the completed SF 330 to the office indicated below: Naval Facilities Washington1314 Harwood St SE, Bldg 212Washington Navy Yard DC 20374-5018Jonathan.bents@navy.mil The SF 330 is limited to 50 single-sided pages. Information in the cover letter and any other attachments outside of the SF 330 will not be included in the official slate and selection review process. Only SF 330s will be reviewed. Firms must submit complete data on all the selection criteria. Specific, clear, detailed submissions will receive higher consideration over generic or incomplete submissions. Interested firms are requested to include telefax numbers, DUNS number, CAGE code, and Taxpayer Identification Number on the SF 330. Interested firms are also requested to include their A-E Contractor Appraisal Support System (ACASS) number on the SF 330. Firms not providing the required information may be negatively evaluated. Submit the completed SF 330 no later than 2:30 p.m. local time on 12-May-2009. Submittals received after this date and time will not be considered. Following an initial evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required will be chosen for interviews. Site visits will not be arranged during the advertisement period. Selection of firms for interviews shall be based on the demonstrated competence and qualifications specified in the selection criteria noted above and considered necessary for the satisfactory performance of the type of professional services required. The A-E firm selected for the contract will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within 10 days after receiving notification. In addition, the selected A-E firm will be required to participate in an orientation and site visit meeting (when requested) within seven days of notification for each project and provide each fee proposal within ten days after receiving the Request for Proposal and Scope of Work. Services shall be accomplished in the firm's office or offices, with the exception of field investigations, surveys, site visits, meetings, and other on-site work required by individual task orders. All A-Es 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 at http://www.ccr.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=958ce012e5703997c4accb9ae922da1e&tab=core&_cview=1)
- Record
- SN01789491-W 20090411/090409220051-47c16f1de6bef6c12beea4bf4cf14557 (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 |