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
SOURCES SOUGHT

C -- ARCHITECTURAL & ENGINEERING SERVICES FOR INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACTS FOR VARIOUS PROJECTS

Notice Date
4/19/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, ROICC Mechanicsburg, Building 305, Code 08C P. O. Box 2020, Mechanicsburg, PA, 17055
 
ZIP Code
17055
 
Solicitation Number
N62472-02-R-4113
 
Response Due
5/20/2002
 
Archive Date
6/30/2002
 
Point of Contact
Carol Hall, Contracting Officer, Phone (717)605-6238, Fax (717)605-2529, - Pami Green, Procurement Technician, Phone (717)605-4665, Fax (717)605-2529,
 
E-Mail Address
hallca@efane.navfac.navy.mil, greenpk@efane.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
"THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINTED HEREIN". DESC: ARCHITECTURAL AND ENGINNERING SERVICES FOR AN INDEFINITE DELIVERY, INDEFINITE QUANITY CONTRACT FOR VARIOUS MULTI-DISCIPLINE PROJECTS AT THE NAVAL SUPPORT ACTIVITY (NSA), MECHANCISBURG AND PHILADELPHIA, PA, THE NAVY/MARINE CORP RESERVE CENTER IN HARRISBURG, PA, AND THE DEFENSE DISTRIBUTION DEPOT SUSQUEHANNA PA (DDSP), NEW CUMBERLAND, PA. ADDITIONALLY, A PROJECT MAY BE REQUESTED FOR ANY GOVERNMENT ACTIVITY IN THE STATE OF PA. Design-Bid-Build methodologies (with the preparation of 100% plans and specifications) will be utilized. Normally, packages will include elements of site/engineering investigation, architectural programming, and functional/performance specifications. The following services may also be required: facility planning, which includes project programming documents (1391 development), development of requirements, preparation of engineering evaluations, development of project scopes, and unit guidance or parametric cost estimating, development of alternatives and economic analysis; analysis of proposed site foundations, utilities, access, constraints and identification of environmental issues; facility design/construction packages, government collateral equipment lists, project preliminary hazard analysis, permits and regulatory approvals, comprehensive interior design, contractor's submittal reviews, field consultation and inspections during construction, Title II Inspection, operation and maintenance support information (OMSI), and as-built drawing preparation. The initial project will require the A/E to prepare construction plans, specifications, and a cost estimate for a construction project to completely renovate the interior and exterior of Building 306B located at NSA, Mechanicsburg, PA. This wood frame warehouse is approximately 18,000 square feet and will be converted into office space. The work includes the removal of hazardous materials such as cement asbestos board, asbestos pipe lagging, asbestos floor tile and items with lead paint. Projects assigned to this contract may include work in the following disciplines: civil, structural, mechanical, electrical, fire protection, architectural, interior design, landscape architecture, and environmental. Additional projects issued under this contract as task orders, will vary greatly in size and complexity and may involve such work as: conversion of warehouse space to office space, renovation of administrative space, renovations to building exteriors, utility upgrades, surveying, environmental assessments, roofing system repairs, and lead and asbestos abatement. Post construction design services may also be included, such as: shop drawing reviews, consultation, Title II Inspection, and preparation of as-built drawings. Some project may require design in the metric system. As part of this contract, an asbestos and/or lead-based paint assessment may be required to determine the presence of hazardous material during removal/demolitions or at utility points of connections. Firms must be able to accept work that involves asbestos, lead paint, PCB's, and other hazardous materials. Drawings must be prepared utilizing AutoCAD 2000 and specifications need to be prepared using the SPECSINTACT SGML program. The selected firm will be required to provide documents in pdf format for posting to a Government web site during solicitation. Firms will be required to submit all invoices electronically via email. Firms are advised that the selected firm, its subsidiaries or affiliates which design or prepare specifications for construction contracts, cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, requests for proposals for Design-Build projects, or other activities that result in identification of project scope and cost. The contract requires that the selected firm have on-line access to email via the Internet for exchange of correspondence/information and electronic invoicing. SIGNIFICANT EVALUATION FACTORS CRITERIA (in order of importance) 1. SPECIALIZED EXPERIENCE: Recent experience of the design team members individually or collectively as a total team (A/E, client, outside agencies) in the type of work required or evidence of similar relevant experience (as described above) in: a) Facility planning studies will include: 1391 development, requirements development, and preparation of engineering evaluations, project scopes, and unit guidance or parametric cost estimating. Project development will include development of alternatives and economic analysis. b) Analysis of proposed sites for foundations, utilities, access, constraints, and identification of environmental issues. c) Designing and providing construction documents for various facilities, utilities, and site improvements. d) On-site functional analysis and on-site schematics, space programming, and budgetary or parametric cost engineering. e) Specialized experience for at least five DDC (direct digital control) projects greater than 10,000 SF of conditioned space that has been constructed within the past five years (provide references). f) Designs using AutoCAD 2000, SPECSINTACT SGML, and NAVFAC cost estimating. g) Evidence of experience of both the firm and key personnel in comprehensive interior design, space planning, systems furniture, knowledge of the federal acquisition process, and GSA schedules. 2. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration, and experience) of individual design team members. At a minimum, professional registration is required of one individual in each of the specified disciplines. The team shall include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering or a related engineering discipline and includes 5 complete years of full time experience dedicated to fire protection engineering since 1994. 3. CAPACITY: a) Capacity of the firm and project teams to accomplish multiple, large, and small project simultaneously, and b) Ability to sustain the loss of key personnel while accomplishing work within the required time limits. 4. PAST PERFORMANCE: Past performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules, and cost control. 5. QUALITY CONTROL PROGRAM OF THE FIRM TO ENSURE TECHNICAL ACCURACY OF SUBMITTALS: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning, and engineering services. Firms must have an aggressive internal control with demonstrated results of reducing design errors and/or omissions and a process for cost control with the responsible key person. 6. LOCATION: a) Location in the general geographical area of the anticipated projects, b) Knowledge of local site conditions and applicable regulatory requirements, and c) Ability of the firm to ensure timely response to requests for on-site support. 7. SUSTAINABLE DESIGN: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility designs. 8. SUBCONTRACTOR UTILIZATION: Use of small businesses (SB), small disadvantaged businesses (SDB), women owned small businesses (WOSB), historically black colleges/universities/minority institutions (HBCU/MI) veterans owned small businesses (VOSB), and service disabled veteran owned small businesses (SDVOSB), used as primary consultants or subconsultants. 9. VOLUME: Volume of work previously awarded to the firm by the Department of Defense within the past 12 months. Type of contract: Indefinite Delivery/Indefinite Quantity Contract, Firm-Fixed Price Task Order. Estimated start date: August 2002. There will not be a dollar limit per project. The total fee that may be paid under this contract will not exceed $700,000.00 for the entire contract term. The duration of the contract will be for one year from the date of the initial contract award with an option for one additional year. The minimum guarantee for this entire contract term (including the option year) will be satisfied by award of the initial project. The option may be exercised at the sole discretion of the government subject to the workload and/or satisfaction of the A/E performance under the subject contract. THE NAICS CODE IS 541330 AND THE SMALL BUSINESS SIZE IS $4,000,000. THE PROPOSED CONTRACT IS A SMALL BUSINESS SET-ASIDE. THEREFORE, REPLIES TO THIS NOTICE ARE REQUESTED FROM SMALL BUSINESS CONCERNS ONLY. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing Northern Division's web site at http://www.efane.navfac.navy.mil, the CCR website at http://www.ccr.gov or through the point of contact identified for this procurement. A/E firms which meet the requirements described in this announcement, are invited to submit completed Standard Forms 254 and 255 to the office shown above. Standard Forms 254 and 255 may be downloaded from the following GSA web site: http://gsa.gov/forms. Block 10 of the Standard Form 255 will include the following: (1) Summary of how the firm meets the slated evaluation criteria for this contract; (2) Matrix documenting proposed team members specialized experience relevant to the subject contract (IN LEFT HAND COLUMN SHOW: Relevant projects (use number of projects assigned in Block 8 of the Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member (include consultants) on relevant project, i.e.: project manager, project engineer, architect, etc.); (3) copies of performance evaluations and/or letters of commendations (as attachment) for office making this submission; (4) List of relevant projects and dated design completion schedule, date design actually completed, and final cost estimate compared to the contract award amount. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also, indicate if firm is an incorporating subsidiary that operates under a firm name different from the parent company. The qualification statement 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. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions and performance references. Respondents may supplement their SF 254 and 255 with graphic material and photographs which best demonstrate the capability of their firm for this project. Only firms responding to this announcement by 4:00 p.m. EST on 20 May 2002 will be considered. ALL PROPOSERS ARE RESPONSIBLE TO ENSURE THAT ALL HAND CARRIED/MAILED OR OVERNIGT/EXPRESS SUBMITTALS BE DESPOSITED IN THE BID BOX WHICH IS LOCATED IN THE ENTRANCE OF THE ABOVE GIVEN ADDRESS PRIOR TO THE TIME AND DATE SPECIFIED. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING "SUBMITTAL ENCLOSED", "CONTRACT NUMBER N62472-02-R-4113 AND "DATE DUE 20 MAY 2002" FACSIMILE RESPONSES WILL NOT BE ACCEPTED. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawal of Bids. No Material will be returned. Firms responding to this advertisement are requested to submit only ONE COPY of qualification statements. Inquiries concerning this project should mention solicitation number N62472-02-R-4113. Funds are not presently available for this contract. The government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contractual purposes can be made. No legal liability on the part of the government for any payment may arise until funds are made available to the contracting officer for this contract and until the contractor receives notice of such availability, to be confirmed in writing by the contracting officer. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: NAVAL SUPPORT ACTIVITY (NSA) MECHANICSBURG AND PHILADELPHIA, PA, THE NAVY/MARINE CORP RESERVE CENTER, HARRISBURG, PA, THE DEFENSE DEPOT DISTRIBUTION SUSQUEHANA PA (DDSP) NEW CUMBERLAND, PA. AND ANY OTHER GOVERNMENT ACTIVITY IN PENNSYLVANIA
Zip Code: 17055-0788
Country: USA
 
Record
SN00063207-W 20020421/020419213348 (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.