Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2002 FBO #0301
SOLICITATION NOTICE

C -- Architectural and Engineering Services

Notice Date
10/5/2001
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Fort Worth, NAS JRB Fort Worth 1215 Depot Avenue, Fort Worth, TX, 76127
 
ZIP Code
76127
 
Solicitation Number
N62467-01-R-8848
 
Response Due
11/6/2001
 
Point of Contact
Ersilia Yurmann, Contracting Officer, Phone 817-782-6368, Fax 817-782-7680, - Gloria Estrada, Contracting Officer, Phone 817-782-7086, Fax 817-782-7680,
 
E-Mail Address
yurmanee@efdsouth.navfac.navy.mil, estradagf@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The contract listed herein is a 100% Small Business Set-Aside solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architecture & Engineering (A-E) services. Proposals for this requirement will be accepted from firms within the commuting areas to the Naval Air Station Joint Reserve Base (NAS/JRB) Ft. Worth. As a small business set aside the prime must demonstrate, thorough his SF255/254 that he can perform at least 50% of the contract with his own forces. Only one firm will be selected for this solicitation. This contract is for work ordered by the Southern Division, Naval Facilities Engineering Command. The work is located at the NAS/JRB, Ft. Worth. At the discretion of the Government, additional requirements at other Reserve Center Facilities, and remote sites, within the field office AOR, may be included in this contract, as determined by the Contracting Officer, on a case-by-case basis. The work will be issued through Task Orders (TO) for professional design services and associated disciplines. Each TO will cite a specific completion date. The TO may include work such as project planning and development, preparation of plans in AUTOCAD Release 2000 or higher, specifications using the SPECSINTACT system, and cost estimates using Government provided Work Breakdown Structures (WBS) system format using the SUCCESS program for all types of new and existing facilities. For each TO the following services may be required: engineering, design, technical specification preparation for design-build packages, preparation of planning documentation on topographic surveys and geo-technical engineering reports, collateral equipment lists, preliminary hazardous material analysis, obtaining permits and regulatory approvals, contract submittal review, construction field inspection and consultation, comprehensive interior design, Title II Inspection, Operations & Maintenance Support Information (OMSI), and as-built drawing preparation. Some projects will require design in the metric system. The firms competing must, for this requirement, be able to accept project-related work that requires comprehensive asbestos/lead paint surveys and provide designs that will support the removal, demolition and disposal of these and other hazardous materials in accordance with applicable laws and regulations. This contract may use agreed-to fee schedules and may include additional ordering agents. Contract award is contingent upon availability of funds. A minimum guarantee of $10,000 is payable for the base year paid only once for the life of the contract. The anticipated total value of this contract is $3,000,000.00. The contract period if for one (1) Base Year and four (4) Option Periods for the entire services described above. The following criteria, listed in ascending order of importance, will be used for selection. 1) PROFESSIONAL QUALIFICATIONS: Technical competence by discipline, (education, registration, and experience) of individual design team members which must include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering with 5 years of full-time experience, a registered communications distribution designer (a new professional registration), an engineer or architect with a minimum of 10 years roofing and waterproofing design experience, a registered landscape architect, and an interior designer registered by either the Nation Council of Interior Design qualifications (NCIDQ) or National Council of Architectural Registration Board (NCARB). 2) SPECIALIZED EXPERIENCE: Recent experience of design team members individually AND collectively as a total team, in designing administrative, industrial, and community facilities, barrack, facility repair and rehabilitation projects, site improvements and performing facility-planning studies. 3) PERFORMANCE: Past performance on contracts with the Department of Defense (DOD) agencies and private industry in terms of quality of work, cost control and compliance with performance schedules. 4) CAPACITY: Professional ability to perform multiple projects concurrently, and ability to sustain the loss of key personnel while accomplishing the work within required time limit. 5) LOCATION: Knowledge of local site conditions and applicable regulatory requirements, and ability of the firm to ensure timely response to requests for on-site support. SELECTION INTERVIEW REQUREMENTS: Prior to the selection interview, A-E firms must submit their Design Quality Assurance Plan (DQAP). The plan shall include explanation of their management approach and commitment to accomplishing numerous projects, less than $1M as well as projects more than $1M; their commitment to a quality philosophy, specific quality control process, a portfolio of design studies, for new constructions and upgrades to existing facilities, a listing of present business commitments with their required completion schedules, financial and credit reference, include name and telephone numbers of officers at their financial institutions, and performance references. For consideration Firms must provide one original SF 255 and SF 254 for the prime and one SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages (8.5x11 one sided), with print size not smaller than 12-pitch font. The submittal package must be received in this office not later than 2:30 PM, 06 November 2001. Submittals received after this date and time will not be considered. Offerors must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The WEBSITE for CCR is www.ccr2000.com. Include the telefax numbers in block 3a and the DUNS number, Commercial and Government Entity (CAGE) Codes, if known and Taxpayer Identification Number (TIN) in block 3. The DUNS, CAGE, and TIN are discussed in the DOD Federal Acquisition Regulations Supplement, Part 204, and Subpart 204.72. The NAICS (formerly SIC) numbers 54133, Size Standard $4M, is applicable to this contract. For each contract, label lower right corner of outside mailing envelope with "A-E Services, 01-R-8848". This is not a request for proposal. Site visits will not be arranged during advertisement period. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (05-OCT-2001). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 27-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVFAC/N62467U/N62467-01-R-8848/listing.html)
 
Place of Performance
Address: NAVAL FACILITIES ENGINEERING COMMAND ROICC-FORT WORTH NAS JRB FORT WORTH 1215 DEPOT AVENUE FORT WORTH, TEXAS
Zip Code: 76127-1215
Country: USA
 
Record
SN00178099-F 20020929/020927220754 (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.