Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2003 FBO #0540
SOLICITATION NOTICE

C -- A&E General Services Contract EFA-Midwest

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600
 
ZIP Code
60088-5600
 
Solicitation Number
N68950-03-R-0028
 
Response Due
6/20/2003
 
Point of Contact
Richard Simon, Contract Officer, Phone 847-688-2600x129, Fax 847-688-6567, - Marla Littlefield, Contract Specialist, Phone 847-688-2600x121, Fax 847-688-6567,
 
E-Mail Address
simonrj@efdsouth.navfac.navy.mil, littlefieldmj@efdsouth.navfac.navy.mil
 
Description
GENERAL STATEMENT OF SERVICES N68950-03-R-0028 A/E GENERAL SERVICES CONTRACT ESTIMATED TO START 9/1/03 THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. THIS IS AN UNRESTRICTED PROCUREMENT. Licensed architectural, multi-disciplined engineering and design (A/E) services for facilities demolition, repairs, alterations and/ or new construction are required under an indefinite quantity, firm-fixed price type contract (using a GSA Look-Up Table for design fees with Estimated Construction Costs between $100,000 and $2 million) for all types of new and existing facilities. This includes: 1) Project planning and development (Scopes of Work and Estimated Costs of Construction) 2) Engineering studies 3) Project designs (including preparation of drawings in AutoCAD 2000 or higher, calculations, specifications using the SPECSINTACT system, and cost estimates using the Government?s Work Breakdown Structures (WBS) system with the SUCCESS cost estimating and management system program for projects with an ECC of $100,000 or more) 4) Use of the EFA Midwest?s Simplified Acquisition Procedure (SAP) with sketches, essential calculations, minimal specifications and order of magnitude cost estimates for projects with an ECC of less than $100,000, and 5) Preparation of design/build RFP documents. The following additional services may be required: partial design packages, repairs and alterations to existing facilities, collateral equipment lists, project preliminary hazard analysis, obtaining permits and regulatory approvals, surveys (topographic and boundary), soil investigations, comprehensive interior design, contractor submittal review, construction inspection, observation and consultation, Operation & Maintenance Support Information (OMSI), environmental assessments, anti-terrorism/force protection evaluation and design, designs for phased construction, and as-built drawing preparation. Some projects will require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint surveying and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. The selected firm will NOT be able to propose on design-build delivery orders for which the firm or any of the firm?s consultants has assisted the Government in the preparation of the design-build RFP. The contract will be for DoD installations within the EFA Midwest area of responsibility (IL, IN, WI, OH, MO, MI, MN, IA, ND, SD, CO, NE, KS, KY, and WY) with the majority of work anticipated at Great Lakes, IL. The total contract amount is not expected to exceed $5,000,000.00, shall not exceed $1,000,000.00 per year, and shall not exceed $200,000.00 per project, unless mutually agreed. The guaranteed minimum contract amount is $25,000. The duration of the contract will be for one year. The contract may be extended up to four additional years by options exercisable at the discretion of the Government. All work under this contract shall conform to the requirements of the ?Guide for Architectural-Engineering Firms Performing Services for the Southern Division, Naval Facilities Engi-neering Command, Charleston, SC? which can be found at: http://www. efdsouth.navfac. navy.mil/FacAcq/criteria/. The contract may include additional ordering agents. The following criteria listed in descending order of importance will be used for slating the top firms to be further interviewed for the award of this contract: 1. PROFESSIONAL QUALIFICATIONS: Technical competence (education, registration and experience) of individual design team members by discipline, which must include, in addition to the traditional Architectural, Civil, Electrical, Mechanical, and Structural disciplines: (a) an engineer registered in the discipline of fire protection engineering with at least 5 years of full time fire protection experience; (b) a registered communications distribution designer; (c) an engineer or architect with at least 10 years of roofing and waterproofing design experience and who is either a Registered Roofing Consultant (RRC) certified by the Roof Consultant Institute (RCI) or a Certified Roofing Consultant (CRC) certified by the Institute of Roofing Waterproofing Consultants (IRWC); (d) a registered landscape architect; (e) an interior designer qualified by any of the following: National Council of Interior Design Qualifications (NIDQ), professional member of American Society or Interior Designers (ASID), state registration/state license; or a registered architect with five years of interior design experience; (f) a Registered Mechanical engineer with at least 5 years experience in the design of central system heating plants and base-wide above and below ground steam distribution systems; (g) a registered architect qualified to apply State Historical Preservation Office (SHPO) re-quirements to projects and perform HABS/HAER surveys; (h) a registered civil or structural engineer with at least 5 years experience in wind and seismic design; (i) a registered civil engineer with at least five years experience in railroad design; (j) a registered land surveyor with at least 5 years experience performing boundary and topographical surveys; (k) a registered industrial engineer with at least five years experience with manufacturing process studies and facility layout; and (l) a registered geotechnical/structural engineer with: 1)At least 5 years experience in conducting geotechnical investigations and preparing engineering recommendations, and 2)An environmental background so when suspicious materials such as asbestos are contained in the soil samples, further testing could be done to verify if the material is hazardous. For clarification purposes, the design team shall be defined as both in-house and subcontracted personnel. SUBMISSION FORMAT: Submit a matrix for proposed team(s), including alternates, that contains the following data about the member?s assignment: Design team member?s name, firm name, office location, proposed team assignment, highest education level and discipline (example: BS, Mechanical Engineer), type of discipline registration and/or certifications, states where professionally registered, number of years of professional experience and number of years with the firm. Also, for project managers and team leaders identify the number of teams (design, consultants and joint venture partners) they have managed over the past three years. 2. SPECIALIZED EXPERIENCE: Recent multi-discipline experience (within the last five years) of proposed design team members individually AND collectively as a total team (A/E, Client, Outside Agencies) in: (a) performing facility planning studies (including DD1391 preparation and parametric cost estimates); (b) designing training facilities, administrative facilities, community facilities, barracks, galleys, hospitals, maintenance facilities, central steam plants, above and below ground steam distribution systems, and utility and site im-provements; (c) designing projects to Navy, Air Force, Army or other DOD agency criteria; (d) designs using AutoCAD, SPECSINTACT, and the WBS system with the SUCCESS cost estimating and management system program; (e) on-site functional analysis and on-site schematics, space programming and parametric cost engineering; (f) anti-terrorism/force protection design, including blast effects; (g) bridge inspection and repair; (h) evidence of experience of both the firm and key personnel in comprehensive interior design and knowledge of the related Federal acquisition process; (i) performing topographical and site surveys for construction projects; (j) conducting geotechnical investigations and making engineering recommendations for large building projects; and (k) explosives manufacturing facilities design experience. SUBMISSION FORMAT: Provide a description of at least three projects with clients? references (point of contact and phone number) for which team members provided a significant technical contribution. Work on these projects must have been done in the last 5 years. Indicate how each project is relevant to the work required by this solicitation. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team members? names shall be across the top row of the matrix. Also, describe the firm?s experience with AutoCAD, SPECSINTACT, and the WBS system with the SUCCESS cost estimating and management system program. 3. PAST PERFORMANCE: Past performance ratings by Government agencies and private industry with respect to work quality, performance, compliance with schedules, and cost con-trol. SUBMISSION FORMAT: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (designate your role: prime, consultant or joint venture partner). These ratings should be dated 1998 or later and should include those for joint venture partners and consultants. Provide a list of relevant projects managed by the proposed project manager(s), and include the following data; client?s point of contact, client?s requested design date, the actual design completion date, and the final cost estimate compared to the contract award amount (note whether bid or negotiated). 4. LOCATION: (a) Knowledge of local site conditions and applicable regulatory requirements, and (b) ability of the firm to ensure timely response to requests for on-site support. SUBMISSION FORMAT: Provide a list of recent projects performed by the firm or joint venture partners and appropriate consultants in the Great Lakes and EFA Midwest area. 5. CAPACITY: (a) Capacity of firm and project team(s) to accomplish multiple, large and small projects simultaneously, and (b) ability to sustain the loss of key personnel while accomplishing work within required time limits. SUBMISSION FORMAT: Submit an organizational chart with the following information: Principle point of contact, project manager, team leaders, the name of each design team member, all team members? assignments, and the name of at least one alternate for each project manager and team leaders. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months, with the objective of effecting an equitable distribution of contracts among qualified A/E firms including small and small disadvantaged business firms and firms that have not had prior DOD A/E contracts. SUBMISSION FORMAT: Provide a list of Department of Defense contracts awarded to the firm or joint venture partners in the past 12 months. 7. SUBCONTRACTOR UTILIZATION: The Secretary of the Navy has assigned a goal of 65% to the Naval Facilities Engineering Command, expressed in terms of percentages of total planned subcontracting dollars, for utilization of small businesses (SB). Included in the SB goals are targets for: Small Disadvantaged Business (SDB), including Historically Black Colleges/Universities/Minority Institutions (HBCU/MI) - 14.8%; Women-owned Small Business (WOSB) - 14.4%; Veteran Owned Small Businesses (VOSB) - 3%; Service Disabled Veteran Owned Small Businesses (SDVOSB) - 3%; and HUBZone Small Business - 3%. Firms considered Large Business will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. SUBMISSION FORMAT: Large Business firms shall submit their DOD-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. SELECTION INTERVIEW REQUIREMENTS: Prior to the selection interview, the top-slated A/E firms will be requested to submit their Design Quality Assurance Plan (DQAP). This shall include an explanation of their management approach and commitment to accomplishing numerous small projects (<$1M construction cost) as well as large projects (>$1M construction cost), their ?commitment to quality? philosophy, specific quality control processes, a portfolio of planning studies and design work (both new construction and upgrades to existing facilities), a listing of present business commitments with their required completion schedules, and financial and credit references (include 3 or more with names and telephone numbers of the contract administrators). For consideration to become a firm slated to be further interviewed for selection, provide one submittal package including an original SF254 and SF255 for the prime and a SF254 for each consultant listed in block 6 of the SF 255. These forms shall address the seven selection criteria listed above. The SF255 with attachments shall be limited to 40 pages (8.5 x 11, one sided). The submittal package must be re-ceived not later than 2:00 p.m. Central Standard Time on June 20, 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. Offerors must be registered in the Central Contractor Registration (CCR) database in order to participate in this procurement. The website for CCR is http:// www.ccr.gov. Include fax number and e-mail address in Block 3a of the SF255, and DUNS number, Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3 of the SF255. The NAICS Code is 541310 and the Size Standard is $4M. When submitting a proposal, label the lower right corner of outside mailing envelope with: A/E Services, N68950-03-R-0028, Attention: Code 021RJS. Mailing address is: Commander, ENGFLDACT MW, 201 Decatur Avenue, Great Lakes, IL 60088-5600. This is not a request for proposal. One firm will be selected for this solicitation. This solicitation is UNRESTRICTED.
 
Place of Performance
Address: Engineering Field Activity Midwest, 201 Decatur Avenue, Great Lakes, IL 60088-5600, Also the states of IL,IN,WI,OH,MO,MI,MN,IA,ND,SD,CO,NE,, KS,KY,and WY
Zip Code: 60088-5600
Country: US
 
Record
SN00330030-W 20030523/030521213934 (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.