SOLICITATION NOTICE
C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS CIVIL/STRUCTURAL DESIGN & ENGINEERING SERVICES WITH ASSOCIATED MULTI-DISCIPLINAL ARCH/ENGR SUPPORT SERVICES, VARIOUS LOCATIONS, NAVFAC WASHINGTON
- Notice Date
- 8/18/2009
- 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
- N4008009R0303
- Response Due
- 9/22/2009
- Archive Date
- 10/7/2009
- Point of Contact
- Jonathan Bents 202-685-8281
- Small Business Set-Aside
- N/A
- Description
- This project is being solicited on an unrestricted basis. Work associated with this Indefinite Quantity Contract (IDQ) for Miscellaneous Civil and Structural Design & Engineering Services with associated multi-disciplinal architectural and engineering support services includes various investigations, studies and the preparation of construction documents via the Design-Bid-Build (full plans and specifications) and Design-Build methods ready for bidding at various locations in the Naval Facilities Engineering Command (NAVFAC) Washington region - Washington DC, VA and MD. The type of work will be primarily civil or structural in nature. Work will be associated with repairs, renovations, alterations, new construction of facilities and site improvements. Work may also include, but not be limited to, the following; preparation of studies and technical reports, conducting engineering investigations, project programming, concept studies; Project Cost Engineering (PCE) documentation; preparation of preliminary and final designs; and construction cost estimates. These may be required at any time up to final acceptance of all work associated with each delivery order. Potential civil engineering projects include general paving, roadway and minor airfield projects; security and standard fencing; site utilities; surveying, storage tanks (above ground and underground), building and general site improvements and development, landscaping, storm water management and erosion and sediment control plans/reports; and water and sewage treatment plants (repairs/rehabs/additions). Potential structural engineering projects include facility structures, foundations, bridges, and piers. Other architectural and engineering work may be required to support the civil and structural work. Work may include pest damage analyses. Anti-terrorism/Force Protection AT/FP) considerations are required for all projects- familiarity with UFC-DoD Minimum Antiterrorism Standards for Buildings (most recent version is required). SCIF, IDS and related features may be required-familiarity with Navy/DoD criteria is required. Sustainable Design features are required in design and engineering work in our projects. Experience with USGBC LEED is required. LEED Silver rating is required for Military Construction (MILCON) and other major projects. Experience with facility projects incorporating EPAct-05 requiems is required for all new projects over $750,000. Experience in new non-fossil fuel energy related technologies for facilities, such as wind, and sun, is required. All AE contractor applicants should be currently qualified by the Plan Review Division, Water Management Administration of the Maryland Department of Environment to perform expedited erosion and sediment control and stormwater management plan reviews under the direction of state personnel. If the AE contractor does not currently have personnel who are already credentialed to perform such reviews, the AE contractor shall coordinate with the Plan Review Division, Water Management Administration of the Maryland Department of Environment to obtain the appropriate credentials. These credentials must be attained prior to contract award. Interior design services may be required - familiarity with mandatory sources of procurement; i.e. Federal prison Industries (FPI), GSA schedules, blanket purchase agreement (BPA), etc. is required. Familiarity with the metric system of measurement is required. Coordination with the National Capital Planning Commission, SHPO, the commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission, etc. may be required depending upon the location and type of projects. The possibility of hazardous materials, i.e., asbestos, lead, lead paint, PCB's, petroleum containing soil, etc. may exist at various project sites. If hazardous materials are suspected or encountered, the A-E Contractor may be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction documents in accordance with applicable rules and regulations pertaining to such materials. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A-E firm or their subcontractor(s). The general intention is to provide for such design and engineering services as necessary to support the procurement of these contracts. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, programming of client requirements, surveys, assistance in source selection technical panel reviews (Design Evaluations Teams), construction consultation and inspection, Title II, preparation of construction record drawings, and O&M/OMSI manuals and similar types of work, may be required at any time up to final acceptance of all work. The Government will and A-E shall utilize NAVFAC's design and construction electronic management system(s) for all data and documents throughout the life of the design and construction contract. When required by the Contracting Officer, paper contract documents will be provided (e.g., for signatures of contacts, contract modifications and submission of contract claims). In the event of discrepancy between the electronic version and paper documents, the paper document will govern. The selected A/E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 10 days after receiving notification. The selected A/E contractor 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 Scope of Work and Request for Proposal. Service for each project will be firm fixed price. Engineering and architectural services for these contracts will be subject to the availability of funds. The total contract amount will not exceed $7.5 million per contract, with the anticipation of two (2) contract awards. One contract for NAVFAC Washington's Gold IPT which includes PWD Washington Navy Yard (Naval Support Activity (NSA) Washington, Anacostia Annex, Naval Research Lab, National Maritime Intelligence Center, 8th and I Marine Barracks, and Henderson Hall), PWD North Potomac (NSA North Potomac, Naval Observatory, NSWC Carderock, Arlington Service Center, and Potomac Annex), and ROICC Quantico (Marine Corps Base Quantico and Marine Corps Air Facility Quantico). The second contract would cover NAVFAC Washington's Blue IPT area of responsibility which includes PWD Annapolis (United States Naval Academy), PWD Patuxent River (NSA Patuxent River, Webster (OLF) Field, and Solomon's Island), PWD South Potomac (NSA South Potomac, Indian Head, Dahlgren, and NAF Andrews), and OICC Bethesda (National Naval Medical Center). Contractors are requested to indicate the area for which they would like to be considered, Blue of Gold IPT. The duration of the contract will be for the period of 5 years - one base year, with the possibility of four one-year options. The estimated start is December 2009. The Architectural and Engineering firms shall respond directly to each of the selection criteria shown below. Selection evaluation criteria are included in relative order of importance are included below.1.a. Specialized experience and professional qualifications of the firm, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete Civil & Structural design and engineering services with multi-disciplinal architectural and engineering support services for the design methods and requirements described herein; b. Qualifications to meet the requirements of the Plan Review Division, Water Management Administration of the Maryland Department of Environment in order to be able to perform expedited Erosion & Sediment controls and Stormwater Management reviews as described herein; c. Knowledge and demonstrated experiences in applying antiterrorism/force protection and in applying USGBC LEED sustainability and EPAct-05 requirements (including 30% reduction below ASHRAE 90.1, 2004) to facilities and infrastructure through and integrated design approach; 2. Past performance and process of the prime A/E firm (and subcontractors) in the firm's quality control/quality assurance program to assure coordinated technically accurate studies, plans, specifications, and construction cost estimates. 3.a. Demonstrated capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; b. Status of the firm's and project team's present workload. 4. Preferences: a. Preference will be given to firms with the demonstrated capability of using the Design Build and Design Bid Build master specifications/RFP templates (available at http:www.wbdg.org/ndbm/), CADD, SPECSINTACT, and the SUCCESS, PACES & RS Means Cost Estimating Systems; b. Preference will be given to engineering firms that have employees that are licensed professional engineers in Maryland, Washington, D.C. and Virginia; 5. Preference will be given to firms within a 100 mile radius of NAVFAC Washington, Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects. Each firm's ACASS past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit three copies each of the completed Standard Forms (SF) 330, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. Interested firms are requested to include telefax numbers, DUNS number and Taxpayer Identification Number (TIN) on the SF 330. Only the SF 330 will be reviewed. Experiences identified in the SF 330 should not be more than 5 years old. The A-E firm's primary person proposed to be the direct contact with NAVFAC Washington throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments shall not be included in the official selection process. The entire submission (including all sections of the SF 330) should not exceed 50 single sided pages in length. Each firms ACASS past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Proposals must be submitted to: Attn: Jonathan BentsWashington Navy YardWashington DC 20374Building 212 1st floor Mail room All requests for Information (RFI's) should be submitted via email to jonathan.bents@navy.mil. Requests will not be answered in any other form. The Contracting Specialist for this procurement is: Jonathan BentsJonathan.bents@navy.milOffice: 202-685-8281
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008009R0303/listing.html)
- Record
- SN01916273-W 20090820/090819000818-ae8160852a97e002d7a536ff0ffcc843 (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 |