SOURCES SOUGHT
C -- Indefinite Quantity Contract for Civil/ Structural/Waterfront Services in support of Projects at Military Installations throughout the Naval Facilities Engineering Command, Mid-Atlantic north east Ar
- Notice Date
- 2/16/2010
- 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
- N4008510R9438
- Response Due
- 2/26/2010
- Archive Date
- 3/13/2010
- Point of Contact
- Mr. Manoo Shivaee
- Small Business Set-Aside
- N/A
- Description
- A&E FEES ARE NOT TO EXCEED: $10,000,000 total for base year plus 4 option years NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA Mr. Manoo Shivaee 757-444-0382 this announcement is only for source sought. Due date is 26 Feb 2010. It is requested that interested parties submit a brief capabilities package. This capabilities package shall address, at a minimum the following for source Sought only: (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)Very important, and as a separate sheet and summary indicate: a: Company profile, to include number of employees as prime and their consultant.b: include number of employees for consultant and their location, and DUNs number. c: Office location for prime, annual receipts, office location(s), 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 26 Feb 2010. No SF 330 is required. 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). The following SOW provided only for Source Sought preparation. Indefinite Quantity Contract for Civil/ Structural/Waterfront Services in support of Projects at Military Installations throughout the Naval Facilities Engineering Command, Mid-Atlantic north east Area of Responsibility The work for this contract shall include preparation of Engineering and design/bid/build plans, specifications, cost estimates and to include DD Form 1391 documentation, using the Navy's Electronic Procurement Generator (EPG) and including cost valuation, surveying, concept sketches, site sketches with utility points of connections, may require enhancement of previously prepared basic documentation, including economic analysis and recommendations of potential utilities impacts and sustainable features. Firm required to prepare cost estimate utilizing the SUCCESS estimating system, specifications in the SPECSINTACT, and drawings in Auto Cad format utilizing the National CADD standard format with NAVFAC MID-LANT IPT NE required modifications. Firm will also be required to provide documents in PDF format. Final documents will require electronic signature using the Navy's design signature software. Engineering and design services for an indefinite quantity contract for civil/structural/waterfront services. The preponderance of the work under this contract is anticipated to occur within the NAVFAC Mid-Atlantic Northeast IPT area of responsibility including the states of Delaware, Pennsylvania, New York, New Jersey, Massachusetts, Connecticut, Rhode Island, New Hampshire, Maine, and Vermont. Work will include engineering services for the study and design of new construction, repair, replacement, demolition, alteration and improvement for (1) waterfront (piers, wharves, quaywalls, drydocks, bulkheads, crane rail systems, fender systems, condition reports and underwater inspection, dredging design, fendering analysis, mooring analysis, geotechnical investigations, utilities investigations, coastal analysis, service life modeling, vessel collision analysis, payment design and waterfront related utilities including steam, low pressure compressed air, fresh water, salt water, sanitary sewer, and oily waste water collection, and electrical from high voltage to low voltage, fire alarm, control system, lighting, and communications (fiberoptics, SCADA, telephone, television, and local area network) (2) civil (airfields, roads, parking areas, railroads, utility systems including sanitary and storm, water systems, storm water management, sediment and erosion control, and ! earthwork retaining walls) (3) structural (buildings, building renovations, bridges, other industrial structures, failure investigation including destructive and non-destructive testing, seismic design, progressive collapse analysis, foundation design and blast resistant design), (4) associated electrical, mechanical, and fire protection engineering and architectural services. Key personnel and including consultant must be U.S. citizen and able to obtain security clearances as required. The following services may also be required: facility planning which includes project programming documents (1391 development), development of requirements, preparation of engineering evaluations, project scope, and unit guidance or parametric cost estimating, development of alternatives and economic analysis; analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues; conducting FACD workshops; Design-Bid-Build packages, Design-Build Request for Proposal packages, government collateral equipment lists, project preliminary hazard analysis, obtaining permits and regulatory approvals, review of contractor submittals including shop drawings, field consultation and inspection during construction, Operation and Maintenance Support Information (OMSI), as-built drawing preparation, and incorporation of sustainable engineering design practices. The initial project 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. Some projects will require design in the metric system. 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. 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 (DD1391), facility siting 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): 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 civil, waterfront, and structural items (as previously described) b) 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. c) Designing projects to Navy, Air Force or other DOD agencies criteria, d) On-site functional analysis and on-site schematics, space programming and budgetary or parametric cost engineering, e) Designs using AutoCAD, SPECSINTACT, and NAVFAC cost estimating, and, f) Evidence of prior experience or of the skills needed in the preparation of design/build/bid and design build Request for Proposal packages. g) Evidence of experience of both the firm and key personnel in and knowledge of the federal acquisition process. h) Providing post construction award services to include construction consultation and inspections, shop drawing review, OMSI review, and as-built drawing preparation. 2. PROFESSIONAL QUALIFICATIONS AND TECHNICAL COMPETENCE: Firms will be evaluated in terms of the design staff's active professional registration and certifications in their individual area of expertise and experience (with present and other firms) and roles of staff members (including consultants) specifically on projects involving multi-discipline, architectural and engineering efforts of a size and type commensurate with those anticipated for this contract. Include on individual's experience with this firm or other firms provided it is relevant. The team shall include in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering or a related engineering discipline and include five complete years of full time experience related to fire protection engineering. 3. CAPACITY: a) Capacity of the firm and project teams to accomplish multiple, large, and small projects simultaneously, and b) Ability to sustain the loss of key personnel while accomplishing work within required time limits. 4. PAST PERFORMANCE: Past performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control, especially for the last five years. 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, and engineering services. 6. 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..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R9438/listing.html)
- Record
- SN02065922-W 20100218/100216234457-d2b50ce19f40917999450f3aed51f238 (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 |