Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2002 FBO #0095
SOURCES SOUGHT

C -- Architect-Engineer (A-E) Services for the Preparation of Planning Documents and Related Technical Services for Projects and Activities at Various Locations, Pacific and Indian Ocean Area

Notice Date
3/5/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-02-R-1804
 
Response Due
3/19/2002
 
Point of Contact
Jon Takiyama, Contract Specialist, Phone (808) 474-5136, Fax (808) 474-0746, - Lorna Sikorski, Contracting Officer, Phone (808)471-5038, Fax (808) 474-1146,
 
E-Mail Address
takiyamajn@efdpac.navfac.navy.mil, SikorskiLS@efdpac.navfac.navy.mil
 
Description
Pacific Division, Naval Facilities Engineering Command (PACNAVFACENGCOM), Pearl Harbor, Hawaii plans to award a firm-fixed price, indefinite delivery/indefinite quantity contract for Architect and Engineering services for the preparation of facilities and land use planning studies and documents of various types normally used by the U.S. Navy, and such technical services related to documents and software as may be requested by the Department of the Navy, Pacific Division, Naval Facilities Engineering Command (PACNAVFACENGCOM) for projects and activities at various locations in the Pacific and Indian Ocean Area. The contract base period shall not exceed twelve months or $1,250,000 total fee, whichever comes first. The Government reserves the option to extend the contract for an additional three (3) option years, each with a maximum fee of $1,250,000 per year, for a total contract performance period of four (4) years. The NAICS for this procurement is 541330, Engineering Services - average annual income for the past three years is $4.0 million. THE PURPOSE OF THIS NOTICE IS TO DETERMINE THE FEASIBILITY OF A SMALL BUSINESS SET-ASIDE FOR THIS PROJECT BY EXPLORING POTENTIAL SMALL BUSINESS FIRMS. Small business firms who are interested must submit their qualification statement to the Commander, PACNAVFACENGCOM, Acquisition Department, Pacific Environmental Contracts Division (ACQ231:JT), 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134 by 2:00 p.m. HST, on March 19, 2002. If hand carrying Qualification Statement, please deliver to Pacific Environmental Contracts Division, Environmental Planning Branch (ACQ0231:JT), Building 223, South Avenue, Pearl Harbor, Hawaii, 96860-3134. Qualification Statements received after this date will not be considered. Primary tasks anticipated under this contract are originating and updating of planning studies and documents. Additionally, the A-E may be assigned ancillary work to edit and rework incomplete or preliminary planning documents towards final completed products based on technical knowledge and skills gained by professional training and experience in the planning and maintenance of military and government facilities and installations. The term planning document, includes but is not limited to, any document relating to Master Plans, Capital Improvement Plans, Regional Shore Infrastructure Planning(RSIP)/Studies, Special Planning Studies, Air Installations Compatible Use Zones (AICUZ) studies, Military Construction Project write-ups (normally on Department of Defense Standard Form 1391), Special Projects write-ups, Engineering Evaluations (EEs), Facilities Requirements Plans (FRP), Basic Facility Requirement (BFR) justifications, Economic Analyses (EA), Environmental Studies, Civil Engineering Support Plan, Land Inventory Analyses and studies and visual presentations, graphics or any component or portion (not necessarily the entirety) of such documents. Field verification survey work may also be an ancillary part of the planning process. Any preparatory work, visual presentation, briefing, study, or report, which may be required prior to the initiation of any planning document listed, is also included under this contract scope. Planning projects may include those for other U. S. Military Commands (including the U. S. Coast Guard) in the Pacific and Indian Ocean area, in addition to those of the U. S. Navy. The nature of specific work assignments may require the A-E to obtain a secret security clearance. The AE shall also provide all professional services required for the completion of planning documents, including researching data, conducting site surveys, preparing, reviewing, and editing technical text and graphics to ensure completeness and correctness of documents. When such services are required of the AE for projects not wholly assigned to the AE alone, the AE must exercise professional judgment to verify the correctness and validity of the information, and the results and conclusions of the material the AE is called upon to finalize. The AE must analyze, coordinate, correlate, synthesize, correct, supplement, and finalize the work assigned. As an example of such an assignment, if the AE is called upon to finalize the draft of a document or a particular graphic submitted by PACNAVFACENGCOM, the AE shall rework such document or graphic until, in the AE's judgment, the finished product is correct, complete, and reflective of the AE's professional judgment and standards. The Government utilizes the following software suite, which conforms to the Commander In Chief, Pacific Fleet (CINCPACFLT) Information Technology 21 Century (IT-21) implementation program: Microsoft WINDOWS NT 4.0 WORKSTATION w/SP6a or WINDOWS 2000 WORKSTATION, Microsoft OFFICE 2000 PROFESSIONAL SUITE: WORD 2000, POWERPOINT 2000, EXCEL 2000, ACCESS 2000, Internet Explorer 5.5, Netscape 4.78, Adobe Acrobat 4.05c, and Microsoft OUTLOOK 2000. In preparation of manuscripts, word processing files, desktop publishing documents, and spreadsheets, the A-E shall ensure compatibility with the Government's software. Additional Multi-media electronic software applications required, but not limited to are: Regional Shore Infrastructure Planning Link (RSIP Link), Oracle 8i (version shall be confirmed with Government prior to project execution), AutoCAD 2002, Microstation 5.0, Visual Basic, ArcView, ArcInfo, ArcGIS, ArcIMS, ArcSDE, and HTML screens. Versions of software shall be confirmed with the Government prior to project execution. The RSIP-Link is an interactive web enabled tool, which presents planning data and products in an electronic format. The RSIP-Link is the template for electronic applications for the regional master planning efforts in the Pacific and Indian Ocean area. The work also includes the use and programming of associated software. Interested parties are requested to submit their Qualification statement with the following information: (1) name and address of firm; (2) size of business, size status, e.g. small, small disadvantaged, or 8(a), number of years in the business; (3) average annual revenue for the past three years, number of employees, type and quantity of in-house expertise; (4) professional qualifications of the firm and staff proposed in the field of master planning and U.S. Navy and U.S. Marine Corps facilities planning and maintenance in the Pacific area; (5) list of applicable projects for the last three years, indicating contract number, project description, contracting officer/owner's point of contact and telephone number; (6) Specialized recent experience and technical competence of particular staff members in the field of U.S. Military facilities planning and maintenance in general, and U.S. Navy and U.S. Marine Corps facilities in particular; (7) Capacity to accomplish the work in the required time and ability to handle multiple projects at the same time. Indicate the firm's present workload. Submit one hard copy of Qualification Statement plus one electronic copy (3.5? diskette or CD-ROM). Facsimile transmissions and late submissions of Qualification Statements will not be accepted. This synopsis is for information and planning purposes only. A forthcoming synopsis will indicate whether the project will be a restricted or unrestricted procurement action, on or about April 4, 2002. Respondents will not be notified of the results of the evaluation.
 
Place of Performance
Address: Commander, Pacific Division, Naval Facilities Engineering Command, 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii
Zip Code: 96860-3134
Country: USA
 
Record
SN00035898-W 20020307/020305213316 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.