Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Civil Design and Engineering Services for Projects in the Mid-Atlantic Area of Responsibility

Notice Date
6/25/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R3227
 
Response Due
7/27/2009
 
Archive Date
12/30/2009
 
Point of Contact
Tonja D. Jenkins 757-322-8282 Michael Brice (757) 322-4721
 
Small Business Set-Aside
Total Small Business
 
Description
Engineering and Design Services are required for up to two Indefinite Quantity Contracts for Civil Design and Engineering Services for projects at Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic locations. It is the intent of this office to award one contract each to two different firms as follows:. One contract with a threshold limit of $7,500,000 will serve U.S. Marine Corps Installations in North Carolina. The preponderance of work will be at Marine Corps Air Station (MCAS) Cherry Point, MCAS New River, and Marine Corps Base (MCB) Camp Lejeune, North Carolina.. One contract with a threshold limit of $7,500,000 will serve installations within the NAVFAC Mid-Atlantic Area of Responsibility (AOR). Projects can be categorized as civil 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 stormwater best management practices (BMP) and Low Impact Development (LID) features; 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; performing 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; ! designing new or upgrading/repairing existing landfills; and any associated ancillary facilities. 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, 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), 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 2006 format. Firms will also be required to provide documents in pdf format. Some projects may also require design in the metric system. The contract requires that the selection firm have on-line access to E-mail via the Internet for routine exchange of correspondence. As defined by paragraph 1-6 of UFC 3-600-01, this contract will require the services of a fire protection engineer. 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) Knowledge of local codes, laws, permits and construction materials and practices of the contract area (North Carolina).(c) Recent experience in obtaining construction related permits in coastal North Carolina. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members:(a) Active professional registration including registration in North Carolina in order to sign and seal permit applications.(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 1.(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 contract), 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 (including LID), 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 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. 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). 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. 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 amount that may be paid under any one contract (including option years) will not exceed $7,500,000 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 the 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 Contracts. Estimated start date is October 2009. Send all submissions to: NAVFAC Mid-Atlantic, NC IPT, Attn: T. Jenkins, 6506 Hampton Boulevard, Norfolk, VA 23508-1212 no later than 27 July 2009. Questions should be addressed in writing to Tonja Jenkins at tonja.jenkins@navy.mil or to Michael Brice at michael.brice@navy.mil. Requests for hand-carried packages must receive prior approval for installation access and delivery.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R3227/listing.html)
 
Record
SN01856552-W 20090627/090625235625-842efadb269e60c58d83381c80de6c0c (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.