Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2003 FBO #0424
SOLICITATION NOTICE

C -- Indefinite delivery solicitation for A-E services for cathodic protection and corrosion control for various locations worldwide

Notice Date
1/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-03-R-0133
 
Archive Date
2/27/2004
 
Point of Contact
Robin Rourk, Contract Specialist, Phone 843-820-5957, Fax 843-818-6853,
 
E-Mail Address
rourkrb@efdsouth.navfac.navy.mil
 
Description
This solicitation is UNRESTRICTED. Only one firm will be selected for this solicitation. Southern Division, Naval Facilities Engineering Command is presently seeking services of A-E firms to perform engineering studies and designs for the cathodic protection and corrosion control worldwide. The scope of work may also include: preparation of request for proposals (RFP's) for the competitive bidding of design-build construction contracts; cathodic protection and corrosion control feasibility studies; design support of in-house design work; minor incidental repair and renovation of cathodic protection and corrosion control systems; field inspection/investigation and written evaluation of existing facilities; testing of existing facilities; preparation of permit listings and permit applications; preparation of operation/maintenance manual and related on-site training; and construction contract support services. In addition to services described above, work during the life of the contract may also include preparing/modifying AutoCAD or MicroStation drawings. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. This contract will include an option for four one-year extensions and fee including all options will not exceed $20,000,000. The estimated projects for year one could total $4,000,000. There will be no future synopsis in the event the options included in the contract are exercised. The Government guarantees a minimum amount of $20,000 for the base year paid only once for the life of the contract. No new work can be used after one year following award of initial contract unless option year is exercised. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the A-E firms: (1) recent specialized experience of the firm, including consultants, in the evaluation and design of cathodic protection and corrosion control systems? experiences in the application of Federal, state, county and city environmental regulations, conducting site engineering investigations and preparation of design-build requests for proposals. Please do not list more than ten (10) representative projects in Block 8 of SF 255. Indicate the consultants from the proposed team, if any that participated in each project. (2) Professional Qualifications of the staff to be assigned to this contract in the evaluation and design of cathodic protection and corrosion control systems; experiences in the application of Federal, state, county and city environmental regulations; conducting site engineering investigations; preparation of design-build requests for proposals; preparation of operation and maintenance manuals and experiences in related training of the field staff at their sites; and experience in the application of remote monitoring equipment for corrosion control and cathodic protection systems. List only the team members who will actually perform major and critical field and office tasks under this Contract. Qualifications should reflect the individual's potential contribution to this contract and should also include their academic achievements ? degrees earned, state professional registration, National Association of Corrosion Engineers (NACE) certification, and awards. Illustrate the staff's experiences in overseas projects particularly in the preparation of cost estimates. (3) Past Performance on cathodic protection and corrosion control contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations and other performance evaluations (do not submit copies). (4) Location should not hinder ability to render timely responses to unanticipated requests for on-site support. A company with multiple site location offices is desirable. (5) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available, ability to work abroad urgently and having prior security clearances. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Any large firm that is selected will be required to submit a subcontracting plan before price negotiations begin for contract award. Large business firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, service disabled veteran-owned small business, HUBZone small business, small disadvantaged businesses, and woman-owned small business concerns as consultants in performance of this contract. The current subcontracting goals established for these contracts is 65% for small businesses, 14.8% for small disadvantaged businesses, 14.4% for woman-owned businesses, 3.0% HUB Zone businesses and beyond, and 3% for service disabled veteran-owned business concerns. In order to assist the committee to more efficiently review all applications, A SUMMARY OF EXPERIENCE AS SPECIFICALLY DEFINED IN CRITERIA 1 AND 2 (EXPERIENCE AND CAPACITY AND PROPOSED TEAM STAFFING AND DEPTH OF ADDITIONAL STAFF SUPPORT) IS REQUESTED AS PART OF OR IN ADDITION TO THE SF 255. 1. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration, state, and date; f) assigned team responsibility; g) years with current firm, years with other firms; and h) percent of time committed to this team. 2. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in, the event of loss of key personnel or failure to maintain schedules. 3. Summarize in descending order of significance, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information where applicable: a) list the currently proposed team members who worked on the projects; and b) an owner point of contact with telephone number; c) in bar chart format, show the original submission schedule, owner approved time extensions, and the final execution schedule. 4. A-Es responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. For consideration, provide ONE original (UNBOUND) SF255 and SF254 for the prime and one SF254 for each consultant proposed. The SF255 with attachments shall be limited to 25 pages (8.5 X 11?, one sided), with print size not less than 12-pitch font. Every page that is not a SF254 will be included in the 25-page count. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on THURSDAY, 27 FEBRUARY 2003. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF254s already on file will be used. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telephone/fax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 03-R-0133". This is NOT a request for proposal. Site visits will not be arranged during advertisement period. Express mail address is: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 Surface mail address is: Commander, Southern Division, Naval Facilities Engineering Command, P.O. Box 190010, North Charleston, SC 29419-9010. ADDRESS ALL RESPONSES TO ATTN: CODE ACQ21RR.
 
Record
SN00248040-W 20030130/030128213420 (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.