Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

C -- Cost and Value Engineering, Quality and Constructability Reviews, and Criteria Preparation, NAVFACENGCOMLANT

Notice Date
9/3/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247009R9030
 
Response Due
10/5/2009
 
Archive Date
10/20/2009
 
Point of Contact
Lee Ann White 757 322 4509
 
Small Business Set-Aside
Total Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD.100 percent Small Business set-aside procurement for Engineering and Design Services, for Cost and Value Engineering, Quality and Constructability Reviews, and Criteria Preparation for Projects within the Naval Facilities Engineering Command Atlantic (NAVFACENGCOMLANT) Area of Responsibility (AOR). The services will include both Navy unique and Tri-Service support in the professional areas described. Task Order work will be used at any Base throughout the NAVFACENGCOMLANT AOR, which includes the continental United States and several overseas locations, but will focus on the East Coast states. The services are described as follows: (a) Professional reports, including cost estimating, utilization of SUCCESS and PACES cost estimating software, computerized databases, and electronic submissions are required. Access to NAVFAC Intranet web site and other Navy web-based systems such as Navy's Electronic Project Generator (EPG) is required. Obtaining and maintaining a Common Access Card (CAC) I.D. card for approved team personnel are required. The contractor shall provide Certified Value Specialist (CVS) facilitators, and experts for Sustainable Design workshops, Design Charrettes, and Value Engineering Studies. (b) Cost Engineering Services shall include Parametric Cost Estimates, computerized parametric cost models, preliminary and detailed cost estimates, and preparation and submission of construction project programming documents such as form DD1391. Work may also include economic analysis, life cycle analysis, risk analysis (Crystal Ball), construction scheduling (MS Project), design and cost modeling (CADD and BIM), and other cost engineering support services associated with facility construction and environmental cleanup. (c) Quality Reviews (QRs) and Constructability Reviews (CRs) shall consist of a team study by a multi-disciplined team of professionals. For QRs, the team will concentrate on coordination aspects of the design documents, rather than technical aspects of the design. For CRs, the team will concentrate on the appropriateness of the design documents, based on the proposed materials, project location, and current standard construction practices. (d) Criteria Support Services shall include services relating to the unification, preparation, update and review of: (1) all Unified Facilities Guide Specifications (UFGS) located at the Whole Building Design Guide (WBDG); (2) Unified Facilities Criteria (UFC) located at the WBDG; and (3) Computer graphics, design standard drawings and other publications. Requirements of this contract are not limited to existing documents; however, existing documents can be found on the WBDG website, www.wbdg.org. All specification and design criteria documents shall be produced in accordance with the latest version of MIL-STD 3007, DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR UNIFIED FACILITIES CRITERIA AND UNIFIED FACILITIES GUIDE SPECIFICATIONS; UFC 1-300-01, CRITERIA FORMAT STANDARD; and UFC 1-300-02, UNIFIED FACILITIES GUIDE SPECIFICATION (UFGS) FORMAT STANDARD. Standard drawings shall be produced in accordance with UFC 1-300-09N Design Procedures. The services may also include bench scale and prototype modeling, development of database and web-enabled design criteria support tools compatible with the WBDG web pages. Provide staffing, consultant support, and experience listed by each category of proposed work. Staff and consultant support should clearly show each individual's background, registration(s), degree(s), years of experience with the firm, years of experience as consultant to your firm (when applicable), specialized experience of the individual, and individual awards, and owner or customer points of contact. The contractor must demonstrate its and each key consultant's qualifications with respect to the published evaluation factors for all services. The following Evaluation Factors 1-3 are of equal importance; Factors 4-6 are equal between themselves and of lesser importance than 1-3; Factors 7-8 are of lesser importance than 4-6 and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: Evaluation Factor 1. Specialized ExperienceThe Contractor shall provide a maximum of five (5) projects that were substantially completed between August 2004 and August 2009 and show specialized experience with both DoD and non-DoD agencies. The format for the projects shall include: Experience as prime or consultant (please identify), point of contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, award contract value, current contract value and a summary of the work performed that demonstrates:(a) Experience in Project Cost Estimating using SUCCESS and PACES software. (b) Experience in DD1391 Development, utilizing the NAVFAC Electronic Procurement Generator (EPG), and cost validation for NAVFAC MILCON projects. (c) Experience in performing Value Engineering, focused primarily on charrette-based concepts, and Quality/Constructability Reviews.(d) Experience in preparation and understanding of the UFC and UFGS standards. A broad representation of recent experience and preparation of criteria and specifications for the military services and their field entities is required. Anti-Terrorist and Force Protection and the principals of sustainable improvement to facilities will apply to all criteria preparations. Exhibited understanding of the DoD acquisition process is required. Web-enabled tools and database development integral to criteria resources are part of this factor. Architectural or Engineering professional registration of those preparing criteria documents is mandatory.If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for each joint venture partner, not to exceed a total of five (5) projects. Projects shall be submitted on the SF-330 and shall be completed projects. For submittal purposes, a task order on an IDIQ contract is considered a project. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Evaluation Factor 2. Professional Qualifications and Technical Competence of the proposed Team Leaders and Individual Team Members including: (a) Education, active professional registration, and LEED certification. (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) Ability to provide qualified staffing to support the required workshops/studies/reviews. Facilitated Design Charrettes and Value Engineering Studies shall be led by SAVE International Certified Value Specialists (CVS). Evaluation Factor 3. Sustainable Design: Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure projects using the LEED Green Building Rating System to identify credits, and LEED level achievable for the projects through and integrated team approach. Evaluation Factor 4. Organizational ability: Ability to assemble teams and begin work promptly, not to exceed 30 days' advance notice; ability to generate and distribute draft reports during the Value Engineering or Quality and Constructability Review study period, and conduct resolution meetings as part of these efforts; ability to meet aggressive schedules with changing requirements, and to support swift and accurate project submittals. Evaluation Factor 5. Past Performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, and cost control, with emphasis on the experience addressed in Evaluation Factor 1. With respect to Value Engineering efforts, past performance should include total life cycle cost reduction, issue resolution, sustainable design, facility occupant satisfaction; and timeliness of past performance - ability to provide required project submissions on schedule, including providing draft reports during workshops and studies as well as routine submissions after workshops and studies are complete. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and other available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Evaluation Factor 6. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy of products. Show process and list key personnel responsible. Evaluation Factor 7. Firm location: 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). List proposed locations of the program management office and other office locations and how this will be advantageous to the Government. Due to the coverage of this contract, offices in multiple locations would be considered an advantage. Evaluation Factor 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 AE contracts among qualified AE 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 this contract (including option years) will not exceed $5,000,000 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 the Contractor performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. The firm selected will be the most highly qualified to perform the required services, based on the demonstrated competence and qualifications, in accordance with the evaluation criteria. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. 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. This proposed contract is being solicited as 100 percent set aside for small business; therefore, replies to this notice are requested from all small business concerns. 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 DoD CCR Website: www.ccr.gov. SUBMISSION REQUIREMENTS: Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed SF 330 package. Firms responding to this announcement by 4:00 p.m. EDT, 5 October 2009 will be considered. This is not a request for a proposal. The SF 330 should be typed and one-sided, with a 12 point font or larger. Part I shall not exceed 50 single-sided 8.5 X 11 inch pages. As an attachment, provide an organization 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 4:00 p.m. EDT, 5 October 2009. One hard copy of the submission should be sent to the following address: Naval Facilities Engineering Command, Atlantic, Attn: Code ACQ12 Lee Ann White, 6506 Hampton Boulevard, Norfolk, VA 23508. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Inquiries concerning this project should include solicitation number and title. Point of contact is Lee Ann White, Contract Specialist, leeann.white@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247009R9030/listing.html)
 
Record
SN01940802-W 20090905/090904002635-c44feebfd6b625a5ac528969f495a6ce (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.