SOLICITATION NOTICE
C -- ARCHITECT AND ENGINEERING SERVICES FOR THE DESIGN OF A HELICOPTER MAINTENANCE HANGAR. P-750
- Notice Date
- 6/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, UTILITY/ ENERGY CONTRACT TEAM RAQ1, N62473 NAVFAC SOUTHWEST, COASTAL IPT/CODE ROPMA Naval Station San Diego 2730 MCKEAN ST BLDG 291 San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N6247309R1812
- Response Due
- 7/2/2009
- Archive Date
- 7/17/2009
- Point of Contact
- Michael Schriefer 619-556-9900 THE PREFERRED METHOD OF CONTACTING THE CONTRACT SPECIALIST IS BY EMAIL - NOT BY TELEPHONE.<br />
- E-Mail Address
-
For information contact the contract specialist at:
(michael.schriefer@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DO NOT CONTACT THE CONTRACT SPECIALIST BY TELEPHONE. USE EMAIL INSTEAD.All information needed for interested parties to submit a Standard Form 330, Architect Engineer Qualifications, is contained herein. There is no separate RFP package to download. This is a solicitation announcement and there are no RPP documents to download. The Government is seeking qualified sources relative to NAICS Classification 541330, Engineering Services. The applicable size standard is $4.5M average annual gross receipts for proceeding three fiscal years. The general scope of this requirement covers architectural and engineering services necessary for the design and construction of a helicopter maintenance hangar. These efforts include, but are not limited to the following: studies, design services, investigations, evaluations, consultations, value engineering, cost estimating and cost control, scheduling, construction phasing, and risk management. Firms shall demonstrate specialized experience of the firm and/or proposed consultant that was substantially completed in the past ten years in performing A-E design services for aircraft hangars or other high-bay structures. Specialized experience includes participating in projects that used the Early Contractor Involvement (ECI) or CM@Risk approach. The anticipated contract will be a Firm-Fixed Price, contract with cost range between $5m and $10m. Awardees will be required to comply with FAR 52.219-14 that requires at least 50 percent of the cost of contract performance by the prime contractor. The Government will evaluate sources capability based on professional qualifications and experience, corporate experience, and past performance. Evaluation Factors (1), (2), and (5) are considered most important and equal; factors (3) and (4) are of lesser importance. The specific evaluation factors include and responses shall explain in detail: (1) The contractor's specific and unique experience with regard to the design of aircraft maintenance hangars. For each project listed, the Contractor shall state the roll of the firm in the design development. The firm shall state whether they participated in a design-build RFP development and/or engineering design and/or architectural design. The Firm shall state if they participated in the listed projects in the prime or subconsultant role. Each project shall also be described as either new construction or a renovation of an existing hangar. (2) Recent team experience in participating in projects that used the Early Contractor Involvement (ECI) or CM@Risk approach. Provide a narrative that describes any projects that demonstrates that your firm has participated in that used the Early Contractor Involvement (ECI) or CM@Risk approach. The narrative should describe how your firm involved the Construction Contractor in your design development. The narrative should include the following:.A description of how much time the Construction Contractor spent with the design team during design development - was a construction firm representative co-located at the firm's office or was participation performed remotely or by meeting only?.How the Construction Contractor's design review and constructability comments were incorporated into the design;.A description of your firm's methods of cost development and cost control during the design and the role the Construction Contractor played in the cost development process. (3) Past performance with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, and reliability of the firm's quality assurance and quality control program. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. (4) The firm's demonstrated knowledge of the San Diego area and ability to perform work in the San Diego area. (5) Small Business Goals: Firms shall submit a draft Small Business plan (utilizing the attached Small Business Subcontracting Plan template), 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) 30%, HUBZone (HUB)-3%, Small Disadvantaged Businesses (SDB)-5%, Women-owned Small Businesses (WOSB)-5%, Veteran-Owned Small Business (VOSB)-3% and Service Disabled Veteran-Owned Small Business (SDVOSB)-3%. Any large business firms selected for award will be required to submit a Subcontracting Plan in accordance with FAR 19.7 and DFARS 219.7. SUBMISSION REQUIREMENTS: Firms submitting responses shall present their information as follows: The SF-330 is limited to 30 single-sided, 8.5 X 11 inch pages. Two sided pages count as two pages. Minimum font size is 10 point. Five (5) copies of the SF-330 shall be submitted to Naval Facilities Engineering Command, Southwest, in a matrix format showing contracts they have performed. The matrix shall show the 10 most recent projects/contracts that prove your firm can meet the qualification criteria listed above. Provide the contract number, contract type, (firm fixed price, cost reimbursement, etc.), project value, contract value, point of contact with phone number, project location and description of work requirement. Indicate whether you performed as the prime or subcontractor and what percentage of work you performed. List key personnel that participated in the projects and what were their responsibilities. Provide your ability to meet the qualifications above relative! to your firm/team. Provide your business size status relative to NAICS Code 541330, Engineering Services. Responses shall not exceed 15 (fifteen) pages. Two sided pages count as two sheets. Ten (10) pages shall be dedicated to addressing specialized work experience demonstrating your ability to perform the design and construction of a helicopter maintenance hangar. There should be one project per page. Four (4) pages should show key employees, and their experience relative to the design and construction of a helicopter maintenance hangar, and contract administration. One (1) page should be the cover sheet that includes the name of company, address, telephone number, fax number, at least two contacts, email address, business size, DUNS number, cage code, and a short description of the firms history including years in business, number of employees, and main disciplines of the firm. Copies of SBA Certifications are not included in the 15 (fifteen) pages count. Package! s are due 2 July 2009, 2:00 p.m. local (PST). All packages shall be addressed or delivered to: Naval Facilities Engineering Command, Southwest, Code ROPMA, Attn: Mike Schriefer, 2730 McKean Street, San Diego, CA 92136.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711A3/N6247309R1812/listing.html)
- Place of Performance
- Address: Naval Facilities Engineering Command, Southwest, Code ROPMA, Attn: Mike Schriefer, 2730 McKean Street, San Diego, CA<br />
- Zip Code: 92136<br />
- Zip Code: 92136<br />
- Record
- SN01833593-W 20090604/090602235417-896e0da3faee438f9939da42d96d91e9 (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 |