Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
SOLICITATION NOTICE

C -- Indefinite Delivery Contract for Mechanical and Electrical Engineering and Design Services for Various Projects at Marine Corps Base, Camp Lejeune, North Carolina

Notice Date
12/11/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, ROICC CAMP LEJEUNE Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road Room 20 Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
N4008510R0209
 
Response Due
1/31/2010
 
Archive Date
4/30/2010
 
Point of Contact
Ashley Bryan 910-451-4329 Brooks Sumner 910-451-4330Bobby Black 910-451-2582 x5227
 
E-Mail Address
Ashley Bryan
(benjamin.a.bryan@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Three firms will be contracted by this announcement. Solicitation includes, design and engineering services for preparation of construction documents including plans,specifications, cost estimates, record drawings, and review of shop drawings. Projects will require the ability to design demolition, repair, replacement, extension andmodification of steam and condensate lines, HVAC systems, plumbing, piping, motors, controls, electrical systems, fire protection systems including fire suppression andreporting systems, medium voltage electrical distribution systems including distribution transformers and switchgear, and electrical utilization services; interior and exteriormechanical and electrical renovations, and bringing buildings up to code compliance. Projects will also require the ability to design repair and replacement of various sizeboilers, controls and all associated equipment. Projects may also require the ability to convert coal fired and oil fired boilers into natural gas fired boilers and providecomputational fluid dynamic modeling. The contract scope may require air permit modifications and submission to regulatory agencies. The contract scope may requireevaluation and definition of asbestos materials, lead paint containing materials and toxic waste disposition and/or pollution control work as related to each project. The firm must demonstrate qualifications (with respect to the evaluation factors stated herein) to perform design of the projects listed above. Firms must be prepared to accept theaforementioned as a part of their contract responsibility. Three contract awards will be made from this synopsis; N40085-10-D-0209, N40085-10-D-0210 and N40085-10-D-0211. The contract will be of the Firm Fixed Price - Indefinite Quantity type. The duration of the contract will be for one (1) year from the date of the initial contract award. The proposed contract includes four (4) one year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $4,000,000.00. 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. The A-E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance than factors (1) through (6). Specific evaluation factors include:(1) Professional qualifications of firm and staff proposed demonstrating the ability to design the repair and replacement of various size boilers, controls and all associated equipment and design the demolition, repair, replacement, extension and modification of steam and condensate lines, HV AC systems, plumbing, piping, motors, controls, electrical systems, fire protection systems including fire suppression and reporting systems, medium voltage electrical distribution systems including distribution transformers and switchgear, and electrical utilization services; interior and exterior mechanical and electrical renovations; and bring buildings up to code. Projects will also require the ability to design the repair and replacement of various size boilers, controlsand all associated equipment. Project will also require the ability to convert coal fired and oil fired boilers into natural gas fired boilers and provide computational fluiddynamic modeling. The contract scope will also require air permit modifications and submission to regulatory agencies. The contract scope may require evaluation and definition of asbestos materials, lead paint containing materials and toxic waste disposition and/or pollution control work as related to each project. Firms will be evaluated in terms of the design staffs following qualifications: (a) active professional registration in the state in which the design services will be performed; and (b) experience (with present and other firms) and roles of staff members, specifically on the projects listed in the SF330. Each project should clearly indicate the personnel involved and those personnel should be listed by each project.(2) Specialized recent experience demonstrating the technical competence of particular staff members to design the projects addressed in evaluation factor number one. Eachproject listed should indicate key staff members involved. Firms will also be evaluated upon: (a) specific knowledge of the construction materials and practices of Eastern NorthCarolina; and the Federal and State of North Carolina laws, regulations, codes, and permits applicable to projects of this nature; (b) project experience as listed in the SF330(provide design schedule, estimate vs. bid amount, and design team for each). (3) Capacity of the proposed design team to accomplish the following schedules: Submission of proposal 14 days following RFP. Final design submittal within 120 days of contract award. Project design schedules should be given for the same projects listed above for evaluation factors 1 and 2. (4) Past performance on the same projects listed above with Government agencies andprivate industry in terms of the following: (a) cost control techniques employed by the firm as demonstrated by the ability to establish an accurate project construction budget and design to this budget as evidenced by the low bid amount; (b) quality of work as demonstrated by the history of design related change orders issued during construction; (c) demonstrated long term business relationships and repeat business with Governmentand private customers; and (d) demonstrated compliance with performance schedules. Project information for this evaluation factor should be for the same projects listed above for evaluation factors 1 and 2. (5) Specific internal quality control procedures proposed for projects of this nature. Firm will be evaluated on the acceptability of their internal quality control program used toensure technical accuracy and discipline coordination of plans and specifications. (6) Knowledge in prescribing the use of recovered materials and achieving wastereduction and energy efficiency in facility design.(7) Location in the general geographical area of the project. (8) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution ofDepartment of Defense architect -engineer firms, including small and small disadvantaged business firms, and firms that have not had Department of Defense contracts.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 DODCCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer (A-E) firms whichmeet the requirements described in this announcement are invited to submit complete, updated Standard Form 330, Architect-Engineer Qualifications to the office shown above.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 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 yourDUNS, 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. These proposed contracts are being solicited on an unrestricted basis. In the event a large business is short-listed, the firm will be required to submit a subcontracting plan for approval before contract award. The small business size standardclassification is NAICS 541330 ($4,500,000.00). Those firms that submit Standard Form 330 will only have to submit one copy to be considered for all three contracts. Clearlyshow the office location where work will be done and the experience of those that will do the work and their locations. The closing date for this announcement is April 31, 2010. Firms must submit forms to this office by 4:00 p.m. EST on the closing date. Late responses will be handled in accordance with FAR 52.215-1. Electronic (Email,facsimile, etc.) submissions are not authorized. The successful offerors must have the capability of receiving and submitting all documents in an electronic format. Also,successful offerors must have Internet access for browsing and receipt of electronic documents via Email. Submitted electronic documents must be in PDF (PortableDocument Format). This is not a request for proposal, and there is no solicitation document or package or plans and specifications to be issued as a result of thisannouncement or a planholders' !bidders' list.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CL/N4008510R0209/listing.html)
 
Place of Performance
Address: 1005 Michael Rd, Camp Lejeune, NC
Zip Code: 28547
 
Record
SN02022632-W 20091213/091211235830-a144a52beb3356edaa3941ba1b8fd21e (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.