SOLICITATION NOTICE
C -- Engineering and Design Services are required for an Indefinite Quantity Contract for Utilities Design and Engineering Services for projects located in North Carolina
- Notice Date
- 5/1/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic ATTN: SHARON Taylor, 6506 HAMPTON BLVD.Norfolk, VA 23508
- ZIP Code
- 23508
- Solicitation Number
- N4008509R3225
- Response Due
- 6/2/2020
- Archive Date
- 10/31/2009
- Point of Contact
- SHARON TAYLOR 757-322-8258
- Small Business Set-Aside
- N/A
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT ARCHITECT ENGINEER QUALIFICATIONS FORM STANDARD FORM (SF) 330 IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Solicitation number N40085-09-R-3225, Engineering and Design Services are required for an Indefinite Quantity Contract for Utilities Design and Engineering Services for projects located in North Carolina. Projects can be categorized as utility infrastructure design projects and shall include, but are not limited to: providing/replacing/upgrading sanitary collection and treatment systems; potable water supply, treatment and distribution systems; stormwater collection and conveyance systems including appropriate best management practices (BMP) and Low Impact Development (LID) features; rainwater harvesting systems; oily water waste oil pumping systems; pump well and well systems; installation of security fencing and entry control facilities (to include, but not be limited to, gates, pass offices, guard house and pop-up barriers); installation/repair of shoreline erosion control measures; design of new and resurfacing of existing airfields, roads, and parking lots; perform! ing property and topographic surveys; facility site work to include demolition, underground storage tank removal, layout, site preparation, utilities and grading and drainage to include erosion control, wetlands mitigation, and obtaining stormwater management, erosion control, and other environmental permits; including air emission permits, and any required fees; designing new or upgrading/repairing existing landfills; various mechanical systems including district high pressure steam distribution systems, district condensate return distribution systems, district hot water distribution system, district chilled water distribution system, district compressed air system, Direct Digital Control (DDC) systems, and basewide Energy Monitoring Control System (EMCS), fiber-optic systems; military fuel distribution systems, and natural gas and propane (LPG) distribution systems; ground source heat pump systems, HVAC systems; boilers; boiler plants, chilled water plants; compressed ! air plants and systems; fuel storage tanks; fuel systems; fuel pump stations; fuel transfer stations; aviation fuel systems, electrical generation plants including co-generation,; electrical systems including High/Medium Voltage Substation design, HV/MV primary distribution, overhead and underground, secondary distribution and Airfield lighting (primary and secondary); communication distribution systems; identification and removal of hazardous materials; and ancillary related facilities. Work on base utility infrastructure systems and upgrades, utility systems, and utility system repairs could include facility upgrades, energy studies, and planning, new work, upgrades, and modifications that will allow Marine Corps and their bases to meet and/or exceed the Energy Performance Act (EPACT) 2005 and Energy Independence and Security Act (EISA) of 2007, and UFC 3-400-1 dated 5 July 2002 including change 4, August 2008, "Energy Conservation", which includes increased energy efficiency, increased usage of renewable energy, and reduced reliance on fossil fuels and energy generated from fossil fuels. Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, plans, specifications, preparation of Requests for Proposals (RFPs) for design/build projects, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, USGBC LEED Documentation and certification, Life Safety Code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, Operation and Maintenance Support Information (OMSI), 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, and 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 structure (WBS), the specifications in the SPECSINTACT program, and all drawings in AutoCAD. Firms will also be required to provide documents in the pdf format; paper and electronic submissions. Firms shall utilize design procedures, prepare, organize, and present design drawings, and design analyses in accordance with the requirements of UFC 1-300-09N. Firms shall utilize the sustainable design concepts, design principles, and guidelines given in the "Whole Building Design Guide" that can be found at www.wbdg.org. Firms shall utilize the sustainable design principles and concepts as given by the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Some projects may also require design in the metric system. The contract requires that the selected firm have an on-line access to E-mail via the Internet for ! routine exchange of correspondence. The individual responsible for submitting permit applications must be a Professional Engineer with active registration in North Carolina. As defined by paragraph 1-5 of UFC 3-600-01, this contract will require the services of a fire protection engineer or consultant. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: (1) Specialized Experience:(a) Past experience in the design of the above listed work.(b) Recent experience in obtaining construction related permits in coastal North Carolina.(c) Knowledge of local codes, laws, permits and construction materials and practices of the contract area (North Carolina) (2) Professional qualifications and technical competence of the individual design team members:(a) Active professional registration, including in North Carolina(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 number one(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 project), 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 concepts employed, LEED certification awarded, and LEED Certified Professional proposed for this contract (4) Ability to perform the work to schedules and capacity to accomplish a variation of 5 taskings simultaneously - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period (5) Past performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in evaluation factor number one). 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 and knowledge of the locality of the contract (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 affecting 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 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 A&E fee that may be paid under this contract (including option years) will not exceed $30,000,000 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 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. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated award date is August 2009. This proposed contract is unrest! ricted. 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 CCR website: http://www.ccr.gov/. Architect-Engineer firms, which meet the requirements described in this announcement, are invited to submit a completed Standard Form (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 organizational 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 June 2009 at 2:00 p.m. EST. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Sharon A. Taylor, 6506 Hampton Boulevard, Room 1027, Norfolk, Virginia 23508-1278. ! Late responses will be handled in accordance with FAR 52.215-1. Electronic (email, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only one copy of qualification statements. Inquiries concerning this contract should include solicitation number and title.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a29575f7da0c97b437338f66b3e3f747&tab=core&_cview=1)
- Record
- SN01806952-W 20090503/090501221334-65a1b853ac5a62b01e1f5328c3e2ec4e (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 |