Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2003 FBO #0395
MODIFICATION

C -- IDQ Contract for Miscellaneous Anti-Terrorism/Force Protection Design with Associated Multi-Disciplinal Arch/Engr Support Services, Various Locations

Notice Date
12/30/2002
 
Notice Type
Modification
 
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-0146
 
Response Due
1/13/2003
 
Archive Date
1/28/2003
 
Point of Contact
Terrence Gragg, Contracting Officer, Phone 202-685-1045, Fax null,
 
E-Mail Address
graggt@efaches.navfac.navy.mil
 
Description
NOTE - EMAIL ADDRESS FOR TERRENCE GRAGG IS graggt@efaches.navfac.navy.mil. <DESC>This project is being solicited on an unrestricted basis. This procurement is open for responses from all firms. We plan to select one firm from this solicitation. However, small business contractors will have first priority. (The small business size standard North American Industry Classification System (NAICS) code is "541330", $4.0 million annual average). The work associated with this Indefinite Quantity Contract (IDQ) for Miscellaneous Anti-Terrorism/Force Protection (AT/FP) Design with associated multi-disciplinal architectural and engineering support services includes various studies, master plans, and the preparation of construction documents via traditional and alternative documentation methods, (such as Design-Bid-Build plans and specifications and Design-Build), ready for bidding for various projects at various locations throughout the continental United States with emphasis in the Engineering Field Activity Chesapeake Region ? District of Columbia, Virginia, and Maryland. Work may also be performed for other Federal entities. It is anticipated that work associated with this contract will include the designs, studies, and master plans for AT/FP oriented projects. Work will be facility and installation type projects that require repair, alteration, renovation, new construction, or a combination thereof. Work will include architectural and engineering services for facility/installation related anti-terrorism/force protection systems, security systems, information/communications systems, electrical distribution systems, lighting systems, fire protection and alarm systems, mechanical systems, plumbing systems, and utility and site improvements. Potential AT/FP projects may include, but are not limited to: perimeter surveillance and intrusion detection, fencing/walls, vehicle crash protection systems, guard booths, entrance gates, building hardening and security systems, progressive collapse retrofits and designs, window retrofits and designs, interior and exterior public alert systems, waterfront intrusion detection, signal processing, database systems, vehicle and personnel inspection systems, smart gates, vehicle identification systems, master plans, technical reports, existing facility assessments, vehicle approach analysis, etc. Work may also require knowledge of seismic design, stormwater management, landscaping, parking and traffic management, facility programming, interior design, historic preservation, economic analysis, etc. The possibility of hazardous materials, i.e., asbestos, lead, lead paint, PCB's, and other hazardous materials may exist at various project sites. Petroleum containing soil may exist at various project sites. If these materials or other similar types of material are encountered, the A/E Contractor may be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction documents in accordance with applicable rules and regulations pertaining to such materials. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A/E firm or their subcontractors. The selected firm must have a proven knowledge and competency in the application of all Federal (Department of Defense, Department of Navy, State Department, etc) Anti-Terrorism/Force Protection (AT/FP) and facility construction requirements. The firm shall propose two teams with the same Project Manager. Team 1 - For some proposed projects, the firm?s proposed team must include Top Secret clearances for the firm?s proposed team personnel and a Top Secret Facility clearance. All clearances must be current and valid for a minimum of one year from date of application. Team 2 - For other proposed projects, the firm?s propose team does not require clearances or a Facility clearance. Familiarity with Sustainable Design through an integrated design approach is required. Interior design services may be required ? familiarity with mandatory sources of procurement, i.e. Federal Prison Industries (FPI), GSA schedules, etc. is required. Coordination with the National Capital Planning Commission, The Commission of Fine Arts, the Maryland National Capital Parks and Planning Commissions and other commissions, depending upon the project location, may be required. The preparation of comprehensive storm water management plans for the State of Maryland and the Commonwealth of Virginia and other jurisdictions may be required. Familiarity with the Success Cost Estimating System is required. All relative project requirements must be Y2K compliant. Familiarity with the metric system of measurement is required. The general intention is to provide for such design and engineering services as necessary to support the procurement of this contract. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, programming of client requirements, concept designs, construction documents for design-bid-build and design-build, parametric construction cost estimates (PCE), complete construction cost estimates, surveys, assistance in source selection technical panel reviews (Design Evaluations Teams), shop drawings reviews, construction consultation and inspection, Title II, preparation of construction record drawings, and O&M manuals, may be required at any time up to final acceptance of all work. The selected A/E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 10 days after receiving notification. In addition, the selected A/E contractor will be required to participate in orientation and site visit meetings (when requested) within ten days of notification for each project and provide a fee proposal for each project within ten days after receiving the Request for Proposal and Scope of Work. Service for each project will be a firm fixed price A/E contract. The total contract amount will not exceed $25 million over five years. Architectural and engineering services for this contract will be subject to the availability of funds. The estimated start is February 2003. The Architectural and Engineering firms shall respond directly to each of the selection criteria shown below. Selection evaluation criteria included in relative order of importance are: 1.a. Professional and specialized qualifications of both the firm, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete AT/FP services with architectural and multi-disciplinal engineering support services for the design methods and requirements described herein; Demonstrate experience in applying Anti-Terrorism/Force Protection (AT/FP) techniques. As a minimum, address progressive collapse, building retrofits, intrusion detection systems, vehicle crash systems, and entrance gate designs. As a minimum, provide a brief scope of work, design completion date, construction completion date, location of construction, user/customer, design construction cost estimate, construction award amount, and construction duration; b. Knowledge and demonstrated creativity in the application of Anti-Terrorism/Force Protection (AT/FP) techniques in historical locations; c. Knowledge and demonstrated experiences in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach. d. Provide proposed project teams and indicate security clearance levels and Facility clearance level. 2.a. Demonstrated capabilities in accomplishment of work within established time limits for multiple and simultaneous delivery orders; b. Capability of increasing/decreasing project team size as necessary; c. Status of the firm's, including sub-contractors, present workload; d. Status of the project team's present workload; 3. Past performance and process of the prime A/E firm (and their subcontractors) in their quality control/quality assurance program to assure coordinated technically accurate plans, specifications, and construction cost estimates; 4. Preferences: a. Preference will be given to firms with the demonstrated capability of using CAD, SPECSINTACT, and the Success Cost Estimating System; b. Preference will be given to firms located within a 150-mile radius of EFA Chesapeake. Note that each firm's past performance(s) and performance ratings 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 Forms (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. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) on the SF 255 and SF 254 in Blocks 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 A/E firm's primary person proposed to be the direct contact with EFA CHES throughout 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 review process. Submit the SF 254 and 255 to the mailroom in the EFA CHES building, Building 212, by 3:30 p.m. on the established due date. Hand delivery or overnight delivery is highly recommended. Fax and electronic copies of the SF 254 and 255 will not be accepted. This is not a request for proposal. Because this contract could eventually result in an award over $500,000.00, a subcontracting plan will be required by large business concerns. The small disadvantaged business goal 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 contractors 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. Provide SF 254 and SF 255 packages to: Naval Facilities Engineering Command, Engineering Field Activity Chesapeake (Attn: Code CH2A - Randolph Jones), Washington Navy Yard, Building 212, 1314 Harwood St., SE, Washington, DC 20374-5018.
 
Place of Performance
Address: Various locations with the DC metropolitan area.
 
Record
SN00232326-W 20030101/021230213404 (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.