Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
SOLICITATION NOTICE

C -- C-INDEFINITE QUANTITY CONTRACT FOR VARIOUS NAVY SHORE FACILITY PLANNING AND MASTER PLANNING COMPONENTS, VARIOUS LOCATIONS, NAVAL FACILITIES ENGINEERING COMMAND

Notice Date
7/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N62477-02-D-0106
 
Response Due
8/15/2002
 
Archive Date
8/30/2002
 
Point of Contact
Erik Young, Contract Specialist, Phone 202-685-0164, Fax 202-433-2600, - Belinda Leapley, Contracting Officer, Phone (202) 685-3167, Fax (202) 433-7077,
 
E-Mail Address
YoungEA@efaches.navfac.navy.mil, leapleybj@efaches.navfac.navy.mil
 
Description
The general intention is to provide for such design and engineering services as necessary to support the development of facility concepts in both the planning and/or procurement process of various projects or initiatives worldwide. One firm will be selected to perform this contract. Overall the work will require planning, architectural and engineering services, knowledge of the Naval Facilities Engineering Command's shore facility planning system and knowledge of the Navy environmental planning system. Under this contract the primary work requires the application of sound planning principles, processes and applicable regulations in the development and refinement of various planning components such as technical reports and studies, site investigations, programming, concepts, and Architectural/Engineering consultation for housing and community facilities projects. More specifically, this could include, but not be limited to: Basic Facility Requirements studies; existing facilities assets evaluations; military construction project planning documentation (facility studies, economic analysis, etc.); landscape studies and special studies in support of various plans; land surveys and provision of cadastral maps; Real Estate Summary maps, Environmental planning documentation including NEPA documents and special supporting engineering studies (e.g. wetland mitigation design, environmentally conscious design, traffic studies, community outreach plans, etc.) for a variety of programs and initiatives; cultural and natural resources management studies; wetland mitigation plans. The selected firm must have proven competency in web based technology and the electronic integration of graphic, narrative, pictorial and tabular data. The demonstrated ability in electronic integration and visualization technology support is necessary for the electronic planning applications that have been developed for Navy Shore Facility planning (facility and environmental) and master planning components of Regional Commanders, major claimant activities, Marine Corps and other Federal activities. The contractor may be required to integrate these Navy Shore Facility planning and master planning components with NAVFAC's electronic planning and management applications such as a Regional Shore Infrastructure Plan or other activity/regional planning management models which utilize graphic, narrative, pictorial and tabular data. Digitizing efforts for the production of maps and building plans shall be in accordance with the Spatial Data Standards promulgated by the Tri-Service CAD Center, Vicksburg, Mississippi. The selected firm for this contract will be required to provide overhead, profit, and discipline hourly rates to the Contracting Officer within 10 days after receiving notification. The selected firm for this contract will also be required to participate in an orientation and site visit meeting (when requested) within ten days of notification and provide a fee proposal within ten days after receiving the Request for Proposal. This will be a firm fixed price A/E contract. The total contract amount for the delivery orders associated with this contract will not exceed $25,000,000. The duration of the contract will be for the period of five years. Design and engineering services will be subject to the availability of funds. The estimated start date is November 2002. Selection evaluation criteria, in relative order of importance are: 1. Specialized experience and professional qualifications of the firm (including subcontractors), and the proposed project team in providing above described planning, architectural and engineering support services; 2. Demonstrated capabilities in web based technology and the development and technical support of integrated graphic, pictorial, narrative and tabular data applications, both in electronic and non-electronic format; 3. Demonstrated sustained capabilities to accomplish work on time while managing multiple and simultaneous delivery orders; 4. Past experience with Department of the Navy (NAVFAC) Shore Facilities Planning, NEPA documentation, planning regulations and Navy policy; 5. Past performance and process of the prime A-E firm (and their subcontractors) in their quality control/quality assurance program to produce technically accurate and well-coordinated plans, reports, and studies and, in the case of documentation subject to other agency or public review, how legal sufficiency is ensured; 6. Preference will be given to firms located within a 150-mile radius of EFA Chesapeake. Each firm's past performance(s) will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Form (SF) 254 and SF-255, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. This proposed contract is being solicited on an unrestricted basis. Should the due date fall on a weekend or an official Government holiday, the SF-255 is due on the first workday thereafter. Firms having a current SF-254 on file with this office may also be considered. Interested firms are requested to include telefax numbers, the Contractor Establishment Code (CEC) and Taxpayer Identification Number (TIN) on the SF-254 and SF-255 in block 3 and 1, respectively. Interested firms are also requested to include their A/E Contractor Appraisal Support System (ACASS) number on the SF 255 in Block 3. In block 10, state why your firm is specially qualified based on the selection evaluation criteria. Also, use block 10 to provide additional information desired by your firm. Only the SF-254 and SF-255 will be reviewed. Experiences identified in block 8 should not be more than 5 years old. The primary person proposed to be the direct contact with EFA CHES for the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection process. Submit (by mail or hand deliver) the SF-254 and SF-255 to the mailroom in EFA CHES building, Building 212, by 3:30 pm on the due date. Fax copies of the SF-254 and SF-255 will not be accepted. This is not a request for proposal. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. Because this contract acquisition could eventually result in an award over $500,000.00, a subcontracting plan is required by large business concerns. The small disadvantaged set-aside goals in that subcontracting plan shall not be less than 5% of the subcontracted work. This goal of not less than 5% also applies to women-owned small business concerns. A subcontracting plan is not required from firms classified as a small business. Effective 1 October 1997, A/E firms are now required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http//www.acq.mil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Contracting Officer, Naval Facilities Engineering Command, Engineering Field Activity, Chesapeake, (Attn: Erik Young, Code CH34), Washington Navy Yard, Building 212, 1314 Harwood Street SE, Washington, DC 20374-5018.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62477/N62477-02-D-0106/listing.html)
 
Place of Performance
Address: VARIOUS LOCATIONS, NAVAL FACILITIES ENGINEERING COMMAND
 
Record
SN00114836-F 20020713/020711215736 (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.