Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2010 FBO #2996
SOURCES SOUGHT

C -- Architectural/ Structural//Mechanical/Electrical/civil/Fire Protection Services in support of Projects at Military Installations throughout the Naval Facilities Engineering Command, Mid-Atlantic IPTN

Notice Date
2/4/2010
 
Notice Type
Sources Sought
 
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
N4008510R9420
 
Response Due
2/10/2010
 
Archive Date
2/25/2010
 
Point of Contact
Mr. Manoo Shivaee757-444-0342
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation request for proposals and no contract will be awarded from this notice. There will not be a solicitation, specifications or drawings available at this time. Naval Facilities Engineering Command Mid-Atlantic IPTNE is seeking a Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses with current relevant qualifications, experience, personnel and capability to perform: Architectural/ Structural//Mechanical/Electrical/Civil, Fire Protection Services in support of Projects at Military Installations throughout the Naval Facilities Engineering Command, Mid-Atlantic IPTNE Area of Responsibility. The projects are located in NAVFAC MIDLANT IPTNE AOR that includes states of Maine, Vermont, New Hampshire, Massachusetts, Rhode Island, Connecticut, New Jersey, New York, Pennsylvania and Delaware. NAVFAC intends to award up to six (6) separate, stand alone IDIQ A&E contracts, it is anticipated that the award the contracts will reflect work within MIDLANT IPTNE geographic area and that orders will be issued against the appropriate contract vehicle for such work. No task orders will be competed among the contracts awarded. Contracts will be awarded not to exceed $10,000,000.The preponderance of projects envisioned for these contracts are in the $1,000,000 to $40,000,000 range of estimated construction cost. Projects can be categorized as Architectural and Engineering design services in nature and shall include, but are not limited to: personnel housing facilities (Bachelor Enlisted Quarters (BEQ) and Bachelor Officers' Quarters (BOQ)); office facilities; training facilities (operational, maintenance and classroom); and industrial maintenance facilities (Vehicle Maintenance Shops. Shore Intermediate Maintenance Activities, Aircraft Maintenance Hangars, Public Works Shops, Warehouses): (a) Building construction and addition of Special Projects and MILCON facilities; (b) General b building renovation work, i.e., repair/replacement of roofs, windows, doors, ceilings, floors, restrooms, exterior and interior building finishes, HVAC, plumbing, lighting, power, fire protection and communications; (c) Conducting Life Safety Code Studies, interior space ! planning/design studies, (d) Site work, paving, landscaping, structural, electrical, communications, mechanical, plumbing, fire ! protection, energy conservation systems, and utilities; and (e) marine facilities (harbors, jetties, piers, wharves, ship terminals, dredging).Architectural and Engineering Design Services that may be required under this contract include, but are not limited to, facility planning which includes project programming documents (1391 development) which entails preparation of basic project documents of the DD Form 1391 in the Navy's Electronic Procurement Generator (EPG), development of requirements, preparation of engineering evaluations, project scope, and unit guidance costs or parametric cost estimating, development of alternatives and economic analysis; analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental, sustainable design and anti-terrorism/force protection issues; Design-Bid-Build packages (drawings, specifications, basis of design, cost estimates, and all associated engineering services), Design-Build Request fo! r Proposal (RFP) packages, government collateral equipment lists, USGBC LEED Checklists and Sustainable Design Reports, developing building commissioning requirements, project preliminary hazard analysis, obtaining permits and regulatory approvals, review of contractor submittals, field consultation and inspection during construction, Title II Inspection, Operation and Maintenance Support Information (OMSI), and record document preparation. The initial project(s) will be determined at a later date. The Naval Facilities Engineering Command is presently using Design-Build as the preferred method for acquiring capital improvements. Though Design-Bid-Build methodologies (with the preparation of 100% Plans and Specifications) will continue to be utilized, a significant number will likely require preparation of Requests for Proposal packages for Design-Build solicitations using abbreviated (0% - 30%) design documentation. Packages would include elements of site/engineering investigation, architectural programming, and function/performance specifications. Phases and/or pre-priced contract options may be included and will be exercised at the discretion of the government for 0 to 35%, 35 to 100% design, and post construction contract award services. Contract award is contingent on availability of funds. Options are normally exercised within several months of completing prior work; however, delays of up to one year are possible. All projects will require design in the metric system, unless specifically exempted. As part of this contract, an asbestos and/or lead-based paint assessment may be required to determine the presence of hazardous material during removals/demolition or at utility points of connections. Firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials. Work will be prepared utilizing AutoCAD 2006 or higher. Specifications will be prepared using SPECINSTACT SGML program, and cost estimates using the Success estimating program in a Work Breakdown Structures (WBS) system format will be utilized. Selected firm will be required to provide documents in pdf format for posting to a Government web site during solicitation. All design and engineering services shall comply with the most current edition of UFC 1-300-09N Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org).Firms are advised that the selected firm, its subsidiaries or affiliates which design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD Form 1391), facility studies, environmental assessments, or request for proposals for Design-Build projects, or other activities that result in identification of project scope and cost. The contract requires that the selected firm have on-line access to email via the Internet for exchange of correspondence/information. SIGNIFICANT EVALUATION FACTORS (in order of importance): The A&E must demonstrate their and each key consultant's qualifications with respect to the following evaluation factors for all services.1. SPECIALIZED EXPERIENCE. Recent experience (within the past five years) of the design team members individually and collectively as a total team (A/E, client, outside agencies) in the type of work required or evidence of similar relevant experience (as described above) and in: a) Designing and providing construction documents for various Architectural and Engineering projects (as previously described), b) experience with multi-phased design and construction programs, c) Performing facility planning studies which includes 1391 development, developing of requirements, preparing engineering evaluations, project scope, and unit guidance or parametric ! cost estimating. Project development will include development of alternatives and economic analysis, analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues. d) Designing projects to Navy, Air Force or other DOD agencies criteria, including experience with designing facilities using the metric system of measurement, e) On-site functional analysis and on-site schematics, space programming and budgetary or parametric cost engineering, f) Designs using AutoCAD, SPECSINTACT, and NAVFAC cost estimating, g) Evidence of prior experience or of the skills needed in the preparation of design/build Request for Proposal packages, h) Evidence of experience of both the firm and key personnel in and knowledge of the federal acquisition process, i) the firm's experience in providing construction phase services (shop drawing review, record drawings preparation, construction inspection services, and OMSI), and j) knowledge of local codes, laws and! permitting procedures. 2. PROFESSIONAL QUALIFICATIONS: Firms will be evaluated in terms of the technical competence by discipline (education, active registration and experience) of individual design team members in the types of work required. At a minimum, professional registration is required of one individual in each of the specified disciplines. The team shall include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering and include 5 complete years of full-time experience dedicated to fire protection engineering since 2003. The tea m must indicate organization and office management as evidenced by management approach (management plan for these projects), and personnel roles in organization, in particular, management's approach/plan to engage and fully integrate with consultants, and sub-consultants, to assure that design is in compliance with standards and codes, and construction practices. Experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one must be indicated.3. CAPACITY: a) Capacity of the firm and project teams to accomplish multiple, large, and small projects simultaneously, b) within different and disperse locations and c) Ability to sustain the loss of key personnel while accomplishing work within required time limits. The team must be capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands.4. PAST PERFORMANCE: Past Performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control, with emphasis on Special and MILCON design projects.5. QUALITY CONTROL PROGRAM OF THE FIRM TO ENSURE TECHNICAL ACCURACY OF SUBMITTALS. Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning, design and engineering services. 6. 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 design team (including consultants) experience and concepts employed, LEED certification credits and points anticipated and final LEED points awarded, and LEED accredited professionals proposed for this contract.7. FIRM LOCATION: a) Location in the general geographical area of the anticipated projects, b) Knowledge of local site conditions and applicable regulatory requirements, and c) Ability of the firm to ensure timely response to requests for on site support 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 on 12 March, 2010, at 2:00 p.m. EDT. Responses should be sent to the following address: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Northeast IPT, Attn: Mr. Manoo Shivaee contracting officer, OPNEAQ, 9742 Maryland Avenue, Norfolk, Virginia 23511-3095. All Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Business, and certified 8(a) Small Disadvantaged Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main functions of this synopsis is to assist the Contracting Officer in determining whether an 8(a), HUBZone Small Business or Service Disabled Veteran Owned Small Business Set-aside is an acceptable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this synopsis will be used to aid in establishing small business subcontracting goals. All qualified firms are encouraged to respond. The Government anticipates a contract award for this synopsis in August 2010. The appropriate NAICS Code is 541330. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following: (1)Examples of projects worked within the last five years of similar size, scope and complexity as the work indicated. Indicated whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and a Government / Agency point of contact. (2)Company profile, to include number of employees, annual receipts, office location(s), available DUNS number, and CAGE Code. (3) Please indicate if you are an 8(a), HUBZone, Service Disabled Veteran Owned, Woman owned, and Veteran Owned. The capabilities package for this sources sought notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this project. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. Responses to this Sources Sought Notice shall be mailed to the following address: Commander, NAVFAC Mid-Atlantic, NE IPT (Attn: MR. Manoo Shivaee), Bldg Z-144, 9324 Virginia Ave, Norfolk, VA 23511-3689. Responses must be received no later than 2:00 pm Eastern Standard Time on 10 Feb 2010. Electronic submission will not be accepted. Questions regarding this sources sought notice may be addressed to Manoo Shivaee at the above address, via email at manoo.shivaee@navy.mil, or via phone at 757-444-0342 (email preferred).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R9420/listing.html)
 
Record
SN02058338-W 20100206/100204235829-67b53de44b82acf942266eca15331252 (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.