Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2003 FBO #0495
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Services for the Preparation of Planning Documents and Related Technical Services for Projects and Activities at Various Locations, Pacific and Indian Ocean Areas

Notice Date
4/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-03-R-1834
 
Archive Date
5/22/2003
 
Point of Contact
Jon Takiyama, Contract Specialist, Phone (808) 474-5136, Fax (808) 474-0746, - Richard Keener, Supervisory Contract Specialist, Phone (808) 474-6815, Fax (808) 474-1146,
 
E-Mail Address
takiyamajn@efdpac.navfac.navy.mil, keenerrr@efdpac.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. Services include, but are not limited to the preparation of planning documents of various types normally used by the U.S. Navy, and technical services related to documents and software as may be requested by the Department of the Navy, PACNAVFACENGCOM. The primary tasks anticipated for the Architect-Engineer (A-E), are the originating and the updating of planning studies and documents. Additionally, the A-E may be assigned ancillary work to edit and rework incomplete or preliminary planning documents towards final completed products based on technical knowledge and skills gained by professional training and experience in the planning and maintenance of military and Government facilities and installations. Planning documents, as referred to herein, include but are not limited to any document relating to Master Plans, Capital Improvement Plans, Regional Shore Infrastructure Planning (RSIP) Overview and Functional Studies, Special Planning Studies, Air Installations Compatible Use Zones (AICUZ) Studies, Land Use Studies, Base Realignment and Closure (BRAC) Studies, Anti-Terrorism/Force Protection Studies, Military Training Studies, Space Studies (e.g., Administrative), Military Construction and Special Projects write-ups (normally on Department of Defense Standard Form 1391) with supporting documents (e.g., Cost Estimate, Site Plans, NEPA documentation, etc.), Engineering Evaluations (EEs), Facilities Requirements Plans (FRP), Basic Facility Requirement (BFR) justifications, Economic Analyses (EA), System Safety documents, Site Approval requests, Environmental Studies, Civil Engineering Support Plan, Land Inventory Analyses, studies, visual presentations, graphics, and/or any component or portion (not necessarily the entirety) of such documents. The work will also include the production of planning documents and studies over the Navy's intranet, including the programming of associated software necessary to or incidental thereto. Field verification survey work may also be an ancillary part of the planning process. Any preparatory work, visual presentation, briefing, study, or report, which may be required prior to the initiation of any planning document listed, is also included under this scope. Planning projects may include those for other U.S. Military Commands and Agencies (e.g., U.S. Air Force, U.S. Army, U.S. Marine Corps, U.S. Coast Guard, and other agencies) in the Pacific and Indian Ocean area, in addition to those of the U.S. Navy. The A-E shall provide all professional services required for the completion of planning documents, including researching data, conducting site surveys, preparing, reviewing, and editing technical text and graphics to ensure completeness and correctness of documents. When such services are required of the A-E for projects not wholly assigned to the A-E alone, the A-E must exercise professional judgment to verify the correctness and validity of the information, and the results and conclusions of the material the A-E is called upon to finalize. The A-E must analyze, coordinate, correlate, synthesize, correct, supplement, and finalize the work assigned. As an example of such an assignment, if the A-E is called upon to finalize the draft of a document or a particular graphic submitted by PACNAVFACENGCOM, the A-E shall rework such document or graphic until, in the A-E's judgment, the finished product is correct, complete, and reflective of the A-E's professional judgment and standards. The A-E shall provide electronic deliverables for the publication of planning documents and the integration of source data used or generated during the planning process into the Regional Shore Infrastructure Plan (RSIP-Link) information system. The primary purpose of the RSIP-Link System is to disseminate Regional Overview Plans, Functional Plans, and Other Studies/Documents to customer Activities via the Internet and to provide access to geospatial data through GIS interface. All geospatial data shall conform to the RSIP-Link GIS Mapping Standards. The Government utilizes the following software suite, which conforms to the approved Navy Marine Corps Intranet (NMCI) software suite: Windows 2000 Workstation, Microsoft Office 2000 Professional Suite: Word 2000, Powerpoint 2000, Excel 2000, Access 2000, Outlook 2000, Internet Explorer 5.5, Netscape Navigator 4.78, Adobe Acrobat 4.05C. The Government utilizes AutoDesk?s AutoCAD 2002 as its CAD software. In preparation of manuscripts, word processing files, desktop publishing documents, graphics and spreadsheets, the A-E shall ensure compatibility with the approved NMCI software suite. Additional multi-media electronic software applications required, but not limited to, are: RSIP-Link, Dbase (dbf), Oracle 8.i, Auto Desk?s AutoCAD 2002 (DWG) or higher, Microstation 5.0, Visual Basic, Visual FoxPro, ArcView 3.2x or higher (SHP, SHX, SHB, DBF), ArcInfo Coverage Format, ArcSDE Format or as an ArcGIS geodatabase, and HTML screens. The A-E shall also be responsible for training Government representatives on operation of the planning software and maintenance of data files. The selected A-E may be required to participate in a pre-fee meeting within ten days of notification and provide a fee proposal within ten days from the meeting. The contract will be an Indefinite Quantity type where the work will be required on an "as-needed" basis during the life of the contract providing the Government and contractor agree on the amount. Each project will be a firm fixed-price task order. The Government will determine the task order amount by using the rates negotiated for the basic contract and negotiate the effort required to perform the particular project. The contract base period shall not exceed twelve months or $1,250,000 total fee, whichever comes first. The Government guarantees a minimum amount of $25,000 for the contract. Should an impasse on the price occur over the initial or subsequent projects, the Government will apply the dollar value of the Government estimate for that project or projects toward the minimum guarantee. The Government reserves the option to extend the contract for an additional three option years, each with an maximum fee of $1,250,000 per year, for a total contract performance period of four years. There will be no further synopsis in the event the options included in the contract are exercised. Estimated date of contract award is on/about August 2003. The NAICS for this procurement is 541330, Engineering Services ? average annual income for the past three years is $4.0 million. 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 A-E firms: (1) Professional qualification of firm and staff proposed in the field of master planning and U.S. Military facilities planning in the Pacific area; (2) Specialized experience and technical competence of particular staff members in the field of planning for U.S. Military facilities in general, and U.S. Navy and U.S. Marine Corps facilities in particular; (3) Capacity to accomplish work in the required time and the ability to handle multiple projects at the same time; (4) Specialized experience in integrating U.S. Navy facility and master planning information into electronic tools for use on the internet/intranet, and experience in Relational Data Base Management Systems (RDBMS) and Geographical Information Systems (GIS); (5) Specialized experience in preparation of Military Construction documents and U.S. Navy Special Project documents for the budgeting and programming of new construction, repair and renovation projects; (6) Past performance of contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (7) Architect-Engineer firm's design quality control practices/techniques; (8) Location in general geographical area of the project and knowledge of the locality of the projects, provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (9) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contract among qualified A-E firms and firms that have not had Department of Defense contracts; (10) Use of Small Business (SB) or Small Disadvantaged Business (SDB) or Women-owned Small Business (WOSB) or Historically Underutilized Business Zone Small Business (HUB Zone SB) or Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) or Historically Black Colleges and Universities/Minority Institutions (HBCU/MI) firms will also be considered. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. IN BLOCK 10 OF THE SF 255 AND ANY ADDENDUM, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF THE ABOVE EVALUATION CRITERIA. FOR SELECTION CRITERIA (2), PROVIDE THE FOLLOWING INFORMATION FOR ONLY THE STAFF PROPOSED FOR THIS WORK USING THESE COLUMN HEADINGS: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM" AND "TECHNICAL ROLE". Show the office location where work will be done and describe the experience and location of those that will do the work. Each firm's past performance and performance rating(s) will be reviewed during the evaluation process and can affect the selection outcome. A-E firms shall provide their DUNS and ACASS number in Block 3 of the SF255. The contract will require the selected firm have on-line access to E-mail via the Internet for routine exchange of correspondence. THIS PROSPECTIVE CONTRACT IS A 100 PERCENT SET-ASIDE FOR SMALL BUSINESS CONCERNS. The small business size classification is NAICS 541330 ($4.0 million in annual receipts). A-E firms that are interested and meet the requirements described in this announcement are invited to submit complete, updated Standard Form (SF) 254, Architect Engineer and Related Services Questionnaire, and SF255, Architect-Engineer and Related Services Questionnaire for Specific Project to the Commander, PACNAVFACENGCOM, Acquisition Department, Pacific Environmental Contracts Division (ACQ0231:JT) by 2:00 p.m. HST, on May 7, 2003 at the following address: (1) Postal Mailing Address: 258 Makalapa Drive, Suite 100, Pearl Harbor, Hawaii 96860-3134; (2) If hand carrying: Building 223, South Avenue, Pearl Harbor, Hawaii 96860. Label lower right corner of outside mailing envelope with "A-E Services N62742-03-R-1834". A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Submit two hardcopy of each form plus one electronic copy (CD-ROM or 3-1/2 inch diskette). Facsimile and electronic submission of Standard Forms 254 and 255 will not be accepted. All Standard Forms 254, 255 and electronic copy (CD-ROM or 3-1/2 inch diskette) will not be returned. This is not a request for a proposal.
 
Place of Performance
Address: Department of the Navy, Commander, Pacific Division, Naval Facilities Engineering Command, Acquisition Department, Pacific Environmental Contracts Division (ACQ0231), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134
Zip Code: 96860-3134
Country: U.S.A
 
Record
SN00297558-W 20030409/030407213707 (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.