Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2022 SAM #7547
SPECIAL NOTICE

C -- Fair Opportunity - Renovations to Building for TATB Formulations

Notice Date
7/28/2022 6:24:00 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC INDIAN HEAD DIVISION INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017422SN0051
 
Response Due
8/26/2022 11:00:00 AM
 
Point of Contact
Mrs. Michelle M. Garcia, Phone: 3017441715
 
E-Mail Address
michelle.m.garcia41.civ@us.navy.mil
(michelle.m.garcia41.civ@us.navy.mil)
 
Description
General Information Notice ID: N00174 22 SN 0051 RENOVATIONS TO BUILDING 1190 FOR TATB FORMULATIONS AT NAVAL SUFACE WARFARE CENTER INDIAN HEAD DIVISION (NSWC IHD), MARYLAND Contracting Office Address Naval Surface Warfare Center Indian Head Division (NSWC IHD) 4081 North Jackson Road Bldg. 841 Indian Head, MD� 20640 Description THERE IS NO RFP PACKAGE TO DOWNLOAD.� ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENT IS CONTAINED HEREIN. This procurement will result in one Firm-Fixed Price contract for multi-discipline Architect-Engineer (AE) services for a Design-Bid-Build construction package for NSWC IHD. The firm that is awarded this contract is expected to provide an interdisciplinary team of AE services for a new molding powder mixing facility (500-1000 lb. batch size). The type of AE services expected to be performed under this contract include but are not limited to fully designed drawings and specifications, facility and infrastructure planning, cost estimates, and value engineering for process design alternatives suitable for bidding and construction. The scope of work covers the demolition and removal of existing equipment, process piping, utilities, and electrical infrastructure in an existing building, and replacing with new capabilities for the molding powder mixing process. Engineering disciplines required for design include Architectural, Civil, Structural, Mechanical, Electrical, Plumbing, Process, Controls, and Fire Protection & Life Safety. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply.� The annual small business size standard is $4M.� Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents.� This limitation also applies to subsidiaries/affiliates of the firm.� This is an unrestricted procurement. The estimated date for start of design of this project is November 2022. The estimated completion date for construction of the project is May 2025. The estimated construction cost is between $5,000,000 and $10,000,000. An option for post award construction services (PACS) may be awarded under this contract. All contractors are advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov. Selection Criteria Firms responding to this synopsis will be evaluated to determine the most highly qualified candidates to perform the required services in accordance with the published selection criteria. Failure to comply with the instructions and/or provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration. Criteria 1-3 are equally weighted, with 4-6 weighted in descending order of importance. General Design Experience Firms will be evaluated on general experience in design of industrial process projects with comparable size and complexity to those anticipated under this contract.� Evaluation will consider the performance of the following: Preparation of Design-Bid-Build Drawings and Specifications Value Engineering Studies Chemical engineering / plant design experience Energetics/explosive facility design Industrial controls systems �Submission Requirements: Provide examples of three (3) to five (5) similar projects with a full design package completed within the past ten years immediately preceding the date of issuance of this notice that best demonstrate the general experience of the proposed team in the areas outlined above. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member(s) being proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. Capacity & Program Management Firms will be evaluated on the ability of the firm to accomplish the proposed work within a minimum reasonable time limit, as demonstrated by the impact of this workload on the firm�s permanent staff, projected workload during the anticipated design period, and the firm�s history of successfully completing projects in compliance with performance schedules and providing timely construction support. Firms shall provide specific examples demonstrating this experience and relate time frames to accomplishment of similar design efforts. If consultants will be involved in the performance of this contract, submission shall address history of working relationship. Submission Requirements: Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Describe the firm�s present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. Specialized Experience Firms will be evaluated on specialized experience in performance of projects demonstrating the following areas of expertise: Manufacturing of energetic materials Solids handling and transport Waste management for industrial and/or explosive environments and processes �Submission Requirements: Provide examples of at least three (3) completed projects demonstrating at least one (1) of the areas of expertise within the last five years immediately preceding the date of issuance of this notice that best demonstrate the general experience of the proposed team in the areas outlined above. Past Performance Firms will be evaluated on past performance with Government agencies and/or private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Demonstrated long-term government and/or private industry business relationships, with repeat business on related efforts and construction support is preferred. Submission Requirements: Provide examples of Past Performance Questionnaires (PPQs) or Contractor Performance Assessment Reporting System (CPARS) reports for projects submitted under Criterion 1 & 3 projects. Include relevant documentation from customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Professional Qualifications Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects. Key personnel are individuals who will have major contract or project management responsibilities and will provide unusual or unique expertise. Specific disciplines that shall be included in key personnel are Contract Project Manager, Lead Cost Estimator, Lead Quality Control Manager and Lead Discipline Engineers (Architectural, Civil, Structural, Mechanical, Electrical, Plumbing, Process, Controls, and Fire Protection & Life Safety). Submission Requirements: Completion of Form SF330, Part I, Section E (see SF330 Submission Requirements below for additional requirements on submission of Form SF330). Provide resumes for all proposed key personnel included in the organizational chart that illustrate experience in the work proposed under this contract. Resumes are limited to two pages and should indicate, at a minimum, the following: professional registration, certification, licensure and/or accreditation in appropriate disciplines (where applicable); cite recent (design complete within the past ten years) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. All Project Managers, Architects, and Engineers must be professionally registered in their discipline; provide license number in addition to state of registration and discipline in Block 17 of the resume (licensing may be required to be verified). Additional qualifications for Fire Protection Engineers have been established in UFC 3-600-01 Fire Protection Engineering for Facilities. Indicate participation of key personnel in example projects in the SF330, Part 1, Section G. Quality Control Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract and means of ensuring quality services from their consultants & subcontractors. Proven quality control of design documents, as well as performance on cost control in terms of budget control throughout the design effort as well as bid results. Submission Requirements: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall explain the quality control program (�Program�) including example(s) that illustrate how the proposed Program was successful for at least one (1) of the projects submitted as part of SF330, Section F; OR a detailed description of how the proposed Program will work if it has not been previously executed. Provide a quality control process chart showing the inter-relationship of the management and team components and describe how the firm�s quality control program extends to its management of subcontractors. Identify the quality control manager and any other key personnel responsible for the quality control program. SF-330 Submission Requirements SUBMISSION CRITERIA:� SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses.� Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources.� Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified.� All projects provided in the SF 330 must be completed by the office/branch/individual team member actually performing the work under this contract.� Projects not performed by the office/branch/individual team member will be excluded form evaluation consideration. The SF 330 is limited to 100 single-sided pages (not including Criteria 8).� Minimum font size is 10 pt.� Submit the SF 330 for the prime offeror (including all SF 330 information on all subconsultants) via email.� Submit to: NSWC IHD 026, Attn:� Mrs. Michelle Garcia, michelle.m.garcia41.civ@us.navy.mil, no later than 2:00 pm local time, on 08/26/2022.� Submittals received after this date and time will not be considered.� Firms not providing the required information may be negatively evaluated.� Facsimile submittals will not be accepted.� All information must be included in the SF 330. Cover letter, attachments and excess number of pages will be excluded from the evaluation process. Additional Information THERE IS NO RFP PACKAGE TO DOWNLOAD.� ALL INFORMATION NEEDED TO SUBMIT SF330 DOCUMENT IS CONTAINED HEREIN. Point of Contact Michelle M. Garcia, michelle.m.garcia41.civ@us.navy.mil Place of Performance Address: Naval Surface Warfare Center Indian Head Division, Building 1190, Indian Head, Maryland 20640, USA
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/894bf1fac1a141ccad47c5fc08f4d5f8/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN06405127-F 20220730/220728230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.