Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2003 FBO #0503
SOLICITATION NOTICE

C -- IDQ Contract For Miscellaneous Architectural Design with Associated Multi-Disciplinal Engineering Support Services

Notice Date
4/15/2003
 
Notice Type
Solicitation Notice
 
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
N62477-03-D-0317
 
Archive Date
6/5/2003
 
Point of Contact
Linda Ford, Contract Specialist, Phone 202-685-8223, Fax 202-433-2600, - Belinda Leapley, Contracting Officer, Phone (202) 685-3167, Fax (202) 433-7077,
 
E-Mail Address
francisfordl@efaches.navfac.navy.mil, leapleybj@efaches.navfac.navy.mil
 
Description
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. The work associated with this Indefinite Quantity Contract (IDQ) for Miscellaneous Architectural Design and Engineering Services with associated multi-disciplinal engineering support services includes various studies and the preparation of construction documents via alternative documentation methods, (such as, Design-Bid-Build plans and specifications and Design-Build), ready for bidding for various projects at various locations in the Engineering Field Activity (EFA) Chesapeake region - Washington DC, VA and MD. Work may be performed for the Public Works Center, Naval District Washington, also. The type of work primarily includes designs for new construction, repairs, renovations, and alterations of facilities. Work typically includes the following: complete facility programming and design development for new and renovation facilities. In addition, work may typically include roofing systems, flooring systems, ceiling systems, interior and exterior partitions, millwork, office furniture systems, signage, interior and exterior finishes, windows, doors, skylights, insulation, vertical transportation, (stairs, elevators, and lifts and ramps), and building demolition. Work may include facility related security systems, information/communications systems, electrical distribution systems, lighting systems, fire protection and alarm systems, mechanical systems, plumbing systems, and utility and site improvements. Site improvements include stormwater management, landscaping, parking, sidewalks, etc. Work may include pest damage analyses. The selected A/E firm shall prepare an ?OMSI? package by assembling Information Systems and Operation & Maintenance Systems Information, which will accompany all primary system components. Familiarity with Anti-Terrorism/Force Protection (AT/FP) requirements is required. Familiarity with Sustainable Design through an integrated design approach is required. Familiarity with the Success Cost Estimating System is required. Interior design services are required - familiarity with mandatory sources of procurement, i.e., Federal prison Industries (FPI), GSA schedules, etc. is required. Familiarity with the metric system of measurement is required. 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 general intention is to provide for such design and engineering services as necessary to support the procurement of this contact. 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 five 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 maximum duration of the contract will be for the period of 5 years. The total contract amount will not exceed $25 million. Architectural and engineering services for these contracts will be subject to the availability of funds. The estimated start is July 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. Specialized experience and professional qualifications of the firm, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the design methods and requirements described herein; b. Knowledge and demonstrated experiences in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach. c. Knowledge and demonstrated experience in applying Anti-Terrorism/Force Protection (AT/FP) techniques; 2.a. Demonstrated capabilities in accomplishment of work within established time limits for multiple and simultaneous delivery orders; b. Status of the firm's and 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. Preference will be given to firms with the demonstrated capability of using CAD, SPECSINTACT, and the Success Cost Estimating System. 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 CH3 ? Linda Francis-Ford), Washington Navy Yard, Building 212, 1314 Harwood St., SE, Washington, DC 20374-5018.
 
Place of Performance
Address: Naval Facilities Engineering Command, Washington Navy Yard, Building, 212, 1314 Harwood Street SE, Washington, DC 20374
Zip Code: 20374
 
Record
SN00304294-W 20030417/030415213726 (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.