Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2002 FBO #0140
SOLICITATION NOTICE

C -- MISCELLANEOUS CIVIL/ENVIRONMENTAL DESIGN AND ENGINEERING SERVICES

Notice Date
4/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, ROICC Quantico, Building 2004, PO Box 1855 Marine Corps Base, Quantico, VA, 22134-0855
 
ZIP Code
22134-0855
 
Solicitation Number
N62477-02-R-1005
 
Response Due
5/21/2002
 
Archive Date
6/5/2002
 
Point of Contact
Debbie Lockett, Contracting Officer, Phone 703-784-5462, Fax 703-784-2124, - Debbie Lockett, Contracting Officer, Phone 703-784-5462, Fax 703-784-2124,
 
E-Mail Address
lockettdr@efaches.navfac.navy.mil, lockettdr@efaches.navfac.navy.mil
 
Description
DUE 21 MAY 2002 POC DEBBIE R. LOCKETT, Contract Specialist, (703) 784-5462, Officer in Charge of Contracts, Marine Corps Base,Quantico, Virginia. The award of an indefinite quantity contract is planned for a base year period with three (3) one-year options. An open-end contract will be issued for a period of one year with three (3) one-year extension option that may be exercised by the Government, the A&E will receive official notice within 60 days prior to the end of the first year. The estimated construction cost for each project ranges from approximately $100,000.00 to $ 2,000,000.00. The average construction cost is expected to be around $700,000.00. The NAICS Code is 541330, Engineering Services. This will be a firm fixed price A&E contract. The contract will cover a range of civil and environmental designs for maintenance, repair, and construction projects at Marine Corps Base, (MCB), Quantico. Work consists of preparing detailed plans, specifications, calculations, studies, and cost estimates. These shall be provided on electronic media as well as paper copy. Consultation, review of shop drawings, contract submittals, and specialized studies may also be required. MCB, Quantico covers an area of approximately 60,000 acres. There are over 1,200 permanent buildings built between 1920 and 2000. Portions of the base are in historic districts. The type of facilities include: barracks, administrative facilities, training buildings, ranges, an airfield, hangars, schools, and family housing. Quantico has approximately 97 miles of paved roads, 15 bridges, one water plant, three water pumping stations, two sewage plants, and 25 sewage pumping stations. The selection evaluation criteria, in relative order of importance are: (1) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services; a) provide the professional qualifications of all proposed staff, engineers, and designers; b) a professionally registered project manager shall be assigned to this contract; c) provide professional qualifications of all proposed consultants; d) provide the length of employment with the firm of all proposed personnel; e) provide information on other professional affiliations. (2) SPECIALIZED EXPERIENCE and technical competence in the type of work required; a) firms must demonstrate specialized experience on Department of Defense bases, or similar government installations, dealing with a wide variety of civil and environmental projects such as: structural analysis, testing and design; storm water management, water and waste water distribution, modeling and design; water treatment plants, waste water treatment plants, and firing ranges in the price range given above. Projects shall include studies, new construction, maintenance, and repair. Past successes of the firm as demonstrated by its performance evaluations on government work shall be provided. Identify specific personnel and consultants that worked on these projects; b) demonstrate experience with NAVFAC design manuals, design criteria, design build documents, and specifications; c) demonstrate specialized experience with NEPA documentation, life cycle cost analysis, and energy conservation; d) demonstrate experience in hazardous material testing and abatement, including lead base paint, asbestos, and PCBs; e) demonstrate experience in working with adverse soil conditions and remediation of substandard soils. (3) CAPACITY of the FIRM to ACCOMPLISH the WORK in the REQUIRED TIME; a) Show capacity, either in-house or through consultants, to perform civil/environmental design and associated design work; b) list other DOD IDQ design contracts within the past 18 months. Provide the value, the number of options, and the start and finish dates; c) explain how work under this contract will integrate with the firm?s current and projected workload. (4) PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control and compliance with performance schedules; a) demonstrate how design costs, design schedules, and construction budgets have been managed. Use examples of actual projects similar in size and type to the work required in this contract. Provide examples of accelerated projects and projects constrained by government fiscal year time lines; b) provide information comparing original construction budgets to bid costs to final construction costs; c) describe your cost estimating system. (5) LOCATION in the GENERAL GEOGRAPHICAL AREA of the project and knowledge of the locality of the project; a) demonstrated knowledge and experience working with federal, state, and local regulatory agencies that have cognizance over designs at MCB Quantico. An example is the Virginia Department of Environmental Quality; b) demonstrate knowledge and experience working with local utility providers serving MCB to include electrical power, water, sanitary sewer, cable TV, and natural gas; c) state the location of all offices of the firm to be utilized for this contract, and what type and percent of work will be done at each. (6) QUALITY CONTROL including performance of quality control on prior contracts; a) describe current methods for quality (QC) control of designs. Note specific cases of error and omissions which the firm?s QC methods have corrected. Describe how the firm?s QC has been improved over time; b) describe how review comments are managed; c) explain which CADD systems are used and which drawing standards are followed; ; d) describe and demonstrate how the firm manages client input. Firms which meet the requirements listed in this announcement, are invited to submit one copy each of the completed standard forms (SF 254 and SF 255, U.S. Government Architect-Engineer Qualifications), to the office indicated below. The proposed contract is being solicited on an unrestricted basis. Should the due date fall on a weekend or on a Government holiday, the SF 254 and SF 255 is due the first workday thereafter. Interested firms are requested to include telefax numbers, Data Universal Numbering System (DUNS) Number and Taxpayer Identification Number (TIN) on the SF 254 and SF 255 in block 3a and 1, respectively. IMPORTANT: Firms must submit complete data on all the selection criteria, including each specific sub-element requested by the closing date. Specific, clear, detailed submissions will receive higher consideration over generic or incomplete submissions. No seed project is designated. For obtaining a ACCASS number, please fax your SF 254 to 503-808-4606. On SF 255, block 3b, provide the firms ACCASS number. Provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project (project manager, design engineer, etc.) and identify where the team member is located if different from the SF 255 block 3b. On Block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. Only SF 254s and SF 255s will be reviewed. Information in the cover letter and other attachments will not be included in the official selection process. Following an initial evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required will be chosen for interviews. Interviewed firms may be required to provide examples of their work. Selection of firms for negotiations shall be based on the demonstrated competence and qualifications specified in the selection criteria noted above and considered necessary for the satisfactory performance of the type of professional services required. All firms responding to this announcement before the closing date will be considered for selection. This is not a request for a proposal. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Large firms should provide a subcontracting plan to meet all small disadvantaged set-aside goals of not less than 5%. The women-owned, small business set aside goals in that subcontracting plan shall be not less than 5%. This does not apply if the prime firm is a small business concern. BUSINESS SIZE STANDARD IS $4.0 MILLION. ALL INTERESTED FIRMS ARE REMINDED THAT IN ACCORDANCE WITH THE PROVISIONS OF PL 95-507, THEY WILL BE EXPECTED TO PLACE SUBCONTRACTS TO THE MAXIMUM PRACTICABLE EXTENT CONSISTENT WITH THE EFFICIENT PERFORMANCE OF THE CONTRACT WITH SMALL AND SMALL DISADVANTAGED FIRMS. Responses received by 21 May 2002 at 2:00 PM will be considered for selection. Should the due date fall on a weekend or holiday, the SF 254 and SF 255 is due the first workday thereafter. If the closing date is a Saturday or Sunday or Federal Holiday, the deadline is 2:00 PM the next business day. No other notification will be made and no further action is required. NO FAXED OR E-MAIL VERSIONS OF THE SF 254 AND SF 255 WILL BE ACCEPTED. Submit SF 254 and SF 255 to the Officer in Charge of Construction, Building 2004, Mann Hall, Barnett Avenue, Suite 211, P.O. Box 1855, Quantico, Virginia 22134-0855 (ATTN: Code 20) by 2:00 PM on or before the due date.
 
Place of Performance
Address: Marine Corps Base, Building 2004 P O Box 1855, Quantico, Virginia
Zip Code: 22134-0855
 
Record
SN00063205-W 20020421/020419213347 (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.