SOLICITATION NOTICE
C -- Architectural and Engineering Services
- Notice Date
- 9/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-11-R-AT01
- Archive Date
- 2/1/2011
- Point of Contact
- Evangelina R. Toledo, Phone: 2027672842
- E-Mail Address
-
evangelina.toledo@nrl.navy.mil
(evangelina.toledo@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. CONTRACT INFORMATION: The Naval Research Laboratory has a requirement for architectural and engineering services and anticipates the award of two Indefinite Delivery Indefinite Quantity (IDIQ) type contracts as a result of this synopsis. The resulting base contracts will not exceed the maximum of $500,000 each. The minimum guarantee for the entire contract term will be satisfied by the award of the first task order. There will be no dollar limit per task order and no dollar limit per year. This procurement is being processed in accordance with DFARS 219.10, Small Business Competitiveness Demonstration Program and is therefore being issued using full and open competitive procedures with a preference given to eligible Section 8(a) firms. If no Section 8(a) firms meet the minimum requirements set forth herein, award will be made to the highest qualified firms regardless of their small business status. The small business size standard is $4,500,000. PROJECT INFORMATION: The contractor will be required to provide facility energy audits, assessments and recommendations (with estimated cost and savings) as it relates to energy (to include water) usage and conversation and facility condition assessment as it relates to maintenance and repair of all components of the facilities. The types of building at the Naval Research Laboratory are general laboratory space, office buildings, industrial warehouses, and other support facilities. The first order to be place under one of the two prospective contracts will provide for a comprehensive energy audit of approximately 1,000,000 (one third of the space at NRL) square feet of space at NRL. The audit will survey the facilities, review energy and water usage, analyze current conditions and form recommendations. The cost of the recommendations will be prepared and compared with the potential savings. The first delivery under the second contract will evaluate the conditions (as it relates to maintenance and repair) of approximately 1,000,000 square feet of space at NRL. The firm will identify and locate all components (requiring maintenance or repair) of the facilities, determine the remaining life of the component, make recommendations on current and future maintenance projects with cost estimates, and recommendations on changes in maintenance practices. The NRL may determine which effort will be assigned to either awardees, based on experience and qualifications. SELECTION CRITERIA: Firms responding to this announcement will be evaluated in accordance with the following evaluation criteria which are listed below in descending order of importance: •A. Specialized Experience: Firms shall demonstrate specialized experience and technical competence in the type of work required, with significant emphasis on the Architectural, Mechanical, Electrical, Civil disciplines, and elevators. Experience in energy conservation, pollution prevention, waste reduction and the use of recovered materials will also be considered where appropriate. To facilitate evaluation of this factor, the A&E firm must indicate past experience by citing examples of the work required. Responding firms may address either or both of the potential projects. •B. Professional Qualifications and Technical Competence of the Individual Design Team Members: Firms shall demonstrate the professional qualifications of personnel and proposed subcontractors for the initial projects specified herein. Examples must be provided for similar projects performed by the proposed team and the duties performed by each of the team members. If the proposed team has not worked together before, the firm must provide experience of the individuals with their proven ability to work in a diverse team environment. •C. Capacity to accomplish the work in the required time and capacity to accomplish multiple task orders simultaneously. Firms must provide convincing evidence of the firm's, as well as, the entire team's capacity to accomplish the work within the required time limits (usually nine weeks for the average projects plus Government review time). It is very important to demonstrate the ability to manage and successfully complete a number of projects concurrently, such as will be required in an IDIQ type contract environment. •D. Past Performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, cost control, and cooperation and responsiveness. Demonstrating this should include, at minimum, items such as letters of commendation/appreciation, a list of contracts, preferably IDIQ type contracts with multiple orders, the points of contact and phone numbers for references. Preference will also be given to those firms with appropriate superior performance evaluations on recently completed Department of Defense (DoD) contracts. Performance evaluations obtained from the Architect-Engineer Contract Administration Support System (ACASS) may be reviewed to assess a contractor's performance record, for the purposes of determining responsibility as required by FAR 9.1. •E. Firms Location: Firms will also be evaluated on their location, which typically should be in the general geographic area of the project, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Contractors must be sure to include the location of each of the proposed subcontractors. •F. Firms will be evaluated on the volume of work awarded to the firm by DoD during the previous 12 months. In considering equitable distribution of work among A-E firms, include small business concerns; historically black colleges and universities and minority institutions; firms that have not had prior DoD contracts; and small disadvantaged business concerns and joint ventures with small disadvantaged business participants if the North American Industry Classification System (NAICS) Industry Subsector of the acquisition is one in which use of a price evaluation adjustment is currently authorized (see FAR 19.201(b)). SUBMISSION REQUIREMENTS: 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 at http://www.ccr.gov. Interested firms having capabilities to perform this work must submit their completed Parts I and II of the SF 330 to the mailing address set forth herein, to Contract Specialist, ATTN: Code 3230.ET, no later than 4 PM local time on or before the response date set forth herein. Please include the firm's DUNS number on the SF 330, Part 1, Block B. On the SF 330 Part 1, Block C, provide the DUNS number for each subcontractor/consultant. Questions regarding this announcement may be submitted via e-mail, facsimile or mail, however, proposals submitted via e-mail or facsimile will not be accepted. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express, and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the Zip Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-11-R-AT01/listing.html)
- Place of Performance
- Address: Naval Research Laboratory, Washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN02303411-W 20101002/100930235903-a1ce68813b6d4497e96597583361fff3 (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 |