Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOLICITATION NOTICE

C -- Architect-Engineerin Services Civil

Notice Date
4/29/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, ROICC Beaufort, N69450 NAVFAC SOUTHEAST, BEAUFORT Moore Street Bldg 658 P. O. Box 9310 Beaufort, SC
 
ZIP Code
00000
 
Solicitation Number
N6945009R2543
 
Response Due
5/28/2009
 
Archive Date
6/12/2009
 
Point of Contact
Amy Bryant, Contracting Officer 843 228 8575<br />
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS FOR N69450-09-R-2543 This solicitation is a 100% set-aside for small business concerns. The small business size standard classification is NAICS 541330; (Size Standard is $4.5M in annual receipts). Architect-Engineering Services are required for Engineering, Planning, and Design for various project types at locations within the Tri-Command area, Beaufort SC. Work may be performed at installations including but not limited to Marine Corps Recruit Depot, Parris Island, SC; Marine Corps Air Station; and Naval Hospital, Beaufort, SC. Projects may include structural evaluation of existing buildings or bridges, studies, preparation of plans, specifications, and cost estimates for repair, alteration and/or new construction projects. Services primarily involve Civil and Structural Engineering disciplines having experience in the following areas: Geotechnical studies/testing and associated work, topographic/utility and boundary surveys, GIS surveys, demolition and site preparation. The ability to prepare performance based technical statements of work as well as 100% designs on items such as: storm drainage systems, soils grading and associated work, roads, parking lots, fencing, water collection systems, minor hazardous waste cleanup and removal, building foundation systems, structures and foundations for towers, platforms, catwalks, tanks, utility support systems and other such similar buildings, waterfront facilities including bridges, pier/bulkhead, quay wall structures and fender systems, marine soundin! g and surveys, corrosion surveys and studies, water intrusion studies and surveys, traffic studies, and underwater surveys on marine structures. Also included will be airfield related pavement design and blast design. Additional multi-discipline Architect-Engineering services may be required in support of projects, including, but not limited to, architectural, mechanical, electrical, fire protection, and environmentalengineering services. The A/E may be required to assist in evaluating proposals and reviewing contractor's design and construction submittals to insure that they meet the performance requirements of the RFP. Projects in these contracts will include initiatives to seek certification under the US Green Building Council's Leadership in Environmental Engineering and Design (LEEDTM) Green Building Rating System (GBRS). Note: This command now requires all new construction projects to receive LEED Silver Certification from the U.S. Green Building Council as well as other command-specific energy efficiency standards. As part of this contract, asbestos and lead assessments may be required to determine the presence of asbestos or lead. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of performance based statements of work or plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. The contract will be a Firm Fixed Price Indefinite Quantity type contract; the work will be ordered on an as-needed basis during the life of the contract. The contract period is one year with four one-year options for the complete services described above. The total contract value will not exceed $5,000,000 for the entire contract term (including options if implemented). A minimum guarantee of $10,000 is payable once over the life of the contract and will be fulfilled with the issuance of the first 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 however the total of all awards shall not exceed the contract amount maximum of $5,000,000. Estimated magnitude of each construction project may be between $5,000.00 and $200!,000.00 although smaller and larger projects may be included. Multiple projects may be packaged into a single construction contract. The selected firm, its subsidiaries or affiliates that 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 sitting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and consultants for this contract will be required to perform throughout the contract term (including option years if they implemented). Government set predetermined profit rates shall not be established upon contract award and used in resulting task orders. Profit will be negotiated on individual task order based on project risk and complexity. Selection evaluation criteria are as follows: (1) Qualifications: Technical qualifications of the individual design team members assigned to perform designs of the types of projects listed above during the life of the contract. Technical qualifications of the design team members to design incidental architectural, civil, structural, and environmental engineering work, and projects involving asbestos or lead paint. (2) Experience: (a) Recent experience, within the last three years, of the individuals assigned to the design team to design the types of projects listed above and associated architectural / civil / structural / environmental fields typical of Marine Corps Air Station, Marine Corps Recruit Depot, and Naval Hospital for projects similar in scope and size to the work described herein. The firm's experience in sustainable design shall also be evaluated. (3) Capacity and Current Workload: Capacity to accomplish various projects concurrently in the required time.! Provide information about the branch office(s) and if any of the branch office(s) will be used to design various projects concurrently. List the qualifications and experiences of these individuals in selection criteria (1) and (2). List current workload of the firm and the individuals assigned to do the work. (4) Past Performance: Past performance with Government agencies and private industries for projects with a completion date in the past 3 years in terms of quality of work, compliance with performance schedules, response time to resolve problems due to unforeseen conditions and design errors and omissions and cost control. (5) Quality Control Program: Quality control and bid document coordination methods used during design. (6) Firm's Geographical Location: Firms will be evaluated on their accessibility to the Tri-Command area and to Southeastern South Carolina and their demonstrated ability to respond to the demands of this contract in a timely manner. (7) Vol! ume of DoD Work: Firm will be evaluated in terms of work previously awarded to the firm by DoD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A/E firms including small and small disadvantaged business firms and firms that have not had prior DoD A/E contracts. Include a summary of qualifications in narrative discussion addressing each of the above selection criteria on the SF 330, Part 1, Section H. If necessary, continue on plain bond paper. For selection criterion (4), the government will also evaluate each firm's past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract, refer to FAR 52.204-7 Central Contractor Registration (APR 2008). 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. The Federal Acquisition Regulations (FAR) requires the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the! proposal submission process. Offerors are required to complete the ORCA on-line via website http://orca.bpn.gov. Refer to FAR 52.204-8 Annual Representations and Certifications (FEB 2009). FAR Clause 52.214-34, Submission of Offers in the English Language is incorporated by reference. Address all responses to: Code ACQ, Amy Bryant. The submittal/delivery address is ROICC Beaufort, Attn: Amy Bryant, Bldg 658 Moore Street, MCAS Beaufort, Beaufort SC 29904 (A-E Solicitation No. N69450-09-R-2543). Consultants to the prime A-E firm are required to submit only Part II of the SF 330. This solicitation requires all interested firms to have an email address. Notifications will be via e-mail, therefore, an e-mail address must be shown on the SF 330, Part 1, Section B8. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. (Note: SF 254 & SF 255 have been discontinued and will! no longer be accepted.) Firms responding to this advertisement are requested to submit two copies of your SF 330: One paper copy and one electronic copy on a CD, limit your proposal to no more than 25 pages total. Facsimile and electronic mail submittals will not be accepted. Firms responding to this announcement by Thursday, May 28, 2009 will be considered. Firms must submit forms by 4:00 p.m. Eastern Standard Time. Late responses will be handled in accordance with FAR 52.215-1. Inquiries concerning this project should include synopsis number and title and be made to Amy Bryant via telephone at (843) 228-8578 or email at amy.k.bryant@navy.mil. This is not a request for a proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8874b6b24ee055d38b0e7acafac708b1&tab=core&_cview=1)
 
Record
SN01805068-W 20090501/090429222633-df9ec5b25101a1b72b47411c87076c69 (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.