Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOURCES SOUGHT

C -- FURNISHING OF ARCHITECTURAL AND ENGINEERING SERVICES FOR VARIOUS CIVIL, ARCHITECTURAL, MECHANICAL AND ELECTRICAL PROJECTS

Notice Date
2/14/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, 29 Palms Field Team, MCAGCC/5D22 PO Box 6013/Building 1138Y1, Twentynine Palms, CA, 92278-6013
 
ZIP Code
92278-6013
 
Solicitation Number
N68711-02-D-2112
 
Response Due
3/22/2002
 
Point of Contact
Mitchel Peterson, Contract Specialist Intern, Phone 760 830-7418, Fax 760 830-7436, - merry pilgrim, supervisory contract specialis, Phone 7608307414, Fax 7608307436,
 
E-Mail Address
petersonml@efdsw.navfac.navy.mil, pilgrimmc@efdsw.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This contract covers the furnishing of architectural and engineering services for various civil, architectural, mechanical and electrical projects which may include: 1) Preparation of engineering studies, drawings, AutoCad files, DD 1391's, and cost estimates as designated. 2) Preparation of contract documents for designated alteration and repair projects. Typical projects will include but not necessarily limited to, the alteration or repair of tactical vehicle maintenance facilities, military training classrooms, dining facilities and their supporting heating and cooling, electrical distribution, water supply and sewer disposal systems. The projects will be primarily civil, architectural, mechanical or electrical in nature but may include geo-technical, structural, surveying, environmental or other specialized consultants necessary for the completion of the project. The purpose of this contract is to obtain the services required to support the Engineering Branch office. Services shall be accomplished in the contractor's office with the exception of such engineering field investigations, field surveys and soils investigation as are required at the site. Direct supervision of the Architect/Engineer's (A/E) employees will not be provided by the Government. EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE. Recent specialized experience in the alteration or repair of tactical vehicle maintenance facilities, military training classrooms, dining facilities and their supporting heating and cooling, electrical distribution, water supply and sewer disposal systems. 2. PROFESSIONAL QUALIFICATIONS: Professional qualifications of the staff (including consultants, if applicable) assigned to the work. 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; 3. CAPACITY: Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants, if any) for the specified contract performance period; 4. QUALITY ASSURANCE / QUALITY CONTROL: Coordination methods used during the performance of work. 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. 5. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. List recent awards, commendations and other performance evaluations (do not submit copies); 6. LOCATION: Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; 7. SUSTAINABLE DESIGN: Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; and 8. SUBCONTRACTOR UTILIZATION: Use of Small, Disadvantaged, or Women-Owned business firms as primary consultants or as subcontractors. The NAICS Code is 54133 and the small business size standard classification is $4,000,000. THE PROPOSED CONTRACT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED ONLY FROM SMALL BUSINESS CONCERNS. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order Estimated Start Date: July 2002. The minimum guarantee for the entire contract term (including option year) will be $5,000. The A-E fee for any one project may not exceed $99,000. The value of this contract shall not exceed $2,000,000 per year. This contract shall expire one year after contract award unless the Government exercises an option to extend the term of the contract for one additional year by written notice to the A/E firm prior to expiration of the first year. If the Government exercises the option to extend the contract, the total amount of the contract shall not exceed $4,000,000. The rates shall not be subject to renegotiation should the option be exercised. The Government reserves the right to exercise the option during the base period of performance.The contract requires that the selected firm have on-line access to email via the Internet for exchange of correspondence/information. Work will be prepared utilizing AutoCAD Release 14 or higher. Specifications will be prepared using SPECSINSTACT program. Selected firm will be required to provide documents in pdf format for posting to a Government web site during solicitation. 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 the following web site: http://www.efdsw.navfac.navy.mil/home.htm 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://www.gsa.gov/forms.Additional information requested of applying firms: indicate solicitation number in block 2b. Duns number (for address listed in block 3) and TIN number in block 3, telefax number (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any additional information desired. Do not list more than a total of 10 projects in Block 8. Indicate point of contact and telephone number in block 8C for each project listed. Indicate which consultants from the proposed team, if any, participated in the design of each project. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255s shall not exceed 30 printed pages (double sided is two pages/ organization charts and photographs excluded, exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (e.g., not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, not providing a list of the Small, Disadvantaged, or Women-Owned business firms used as primary consultants or as subcontractors, etc.) directed by this synopsis may be negatively evaluated under the selection criteria in which it was requested. Firms which design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF 254s and SF 255s will not be accepted. Site visits will not be arranged during the submittal period. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 26-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N68711C/N68711-02-D-2112/listing.html)
 
Place of Performance
Address: MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA
Zip Code: 92278
Country: USA
 
Record
SN00150681-F 20020828/020826221133 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.