Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2002 FBO #0048
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Medical Projects for Stateside and Caribbean Locations

Notice Date
1/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, Code AQ22D 1510 Gilbert Street, Norfolk, VA, 23511-2699
 
ZIP Code
23511-2699
 
Solicitation Number
N62470-02-R-7611
 
Response Due
2/22/2002
 
Archive Date
3/9/2002
 
Point of Contact
Bayla Mack, Program Analyst, Phone 757-322-8271, Fax 757-322-8285, - Elizabeth Ward, Contract Specialist, Phone 757-322-8290, Fax 757 322-8264,
 
E-Mail Address
MackBL@efdlant.navfac.navy.mil, WardEM@efdlant.navfac.navy.mil
 
Description
Architect-Engineer or Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction for several projects of a medical nature. The Government will reserve an option to negotiate final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services. The tasks will be performed at any Activity under the cognizance of the Atlantic Division, Naval Facilities Engineering Command located on the East Coast of the United States from Maine through North Carolina and in the Caribbean. Projects will be designed in accordance with criteria prescribed in MIL-HDBK 1191 and the Uniform Federal Accessibility standards. The initial task order is anticipated to be for the design to Relocate Laboratory (EPMU-2), Building X-336, Naval Base, Norfolk, Virginia into a new facility as a portion of MCON Project P-295, Bachelor Enlisted Quarters (BEQ). The new laboratory is going to be 25,600 square feet (SF) which will consist of 15,900 SF of administrative space, 6,800 SF of medical laboratory space, and 2,900 SF of storage space. The new facility will consist of a concrete foundation and floor, steel frame, exterior masonry walls, interior steel stud with gypsum wall board partitions, suspended gypsum board and acoustic tile ceilings, and built-up roof over rigid insulation. The laboratory spaces will consist of finishes and construction typical for hospital type laboratories, and exhaust hoods with special filters. Administrative space includes offices and classroom. The site is clear; new access roads and parking will be required. Demolition of the existing project is not included in this project. Estimated construction cost is $8,000,000. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to the design of Department of Defense (DOD) medical facilities to the requirements of MIL-HDBK 1191; (b) experience with designing facilities using the metric system of measurement; (c) the firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection and engineering consultation services, and OMSI); and (d) knowledge of local codes, laws, permits and construction materials and practices of the contract areas; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration and ability to provide registration compliance with Puerto Rican environmental law either within the firm or via consultant; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (c) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this project), and personnel roles in organization; (3) Sustainable Design - Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach; (4) Ability to perform the work to schedules and capability to complete up to five taskings each year (show current and projected workload with a plan and schedule on how you propose to accomplish the work) - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period; (5) Past performance - Firms will be evaluated in terms of one or more of the following (with emphasis on projects addressed in factor number one): (a) the process for cost control and the key person responsible; and (b) performance ratings/letters of recommendations received; (6) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible; (7) Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); (8) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts; and (9) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The following are the published Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses as part of the contract performance: Small Business (SB) - 65%; Small Disadvantaged Business (SDB) - 12%; Women-owned Small Business (WOSB) - 5%; Historically Black Colleges/Universities/Minority Institutions (HBCU/MI) - 5%; Veterans Owned Small Businesses (VOSB) - 3%; Services Disabled Veteran Owned Small Businesses (SDVOSM) - 3%; HUBZone small businesses - 2%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. Firms are required to prepare the cost estimate utilizing the NAVFAC "SUCCESS" system in work breakdown structure (WBS), the specifications in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $5,000,000; however, the yearly maximum may total up to $2,500,000. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is April 2002.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL ROLE". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 22 February 2002 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns.--The small business size standard classification is NAICS 541310 ($4,000,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.
 
Place of Performance
Address: Stateside and Caribbean
 
Record
SN20020119/00015833-020118090716 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.