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 -- INDEFINITE QUANTITY ARCHITECT/ENGINEERING CONTRACT FOR COST ENGINEERING AND VALUE ENGINEERING SERVICES FOR VARIOUS FACILITIES IN THE WESTERN UNITED STATES

Notice Date
5/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N8711-03-R-7025
 
Response Due
6/25/2003
 
Archive Date
7/10/2003
 
Point of Contact
vanessa schutt, contract specialist, Phone 6195323779, Fax 6195324789, - Anne Garrett, Contract Specialist, Phone 619-532-4261, Fax 619-532-4789,
 
E-Mail Address
schuttva@efdsw.navfac.navy.mil, garrettag@efdsw.navfac.navy.mil
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN. This is an unrestricted procurement. Firms that are large business and are short-listed, will be required to submit a subcontracting plan prior to being interviewed. This contract is for Regional Indefinite Quantity Architectural Engineering Services for Cost Engineering and Value Engineering services for various projects located within California, Arizona, Nevada, New Mexico, Utah, Oregon, Idaho, Montana, Washington and Alaska for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The preponderance of work will be in California, Nevada, Arizona and New Mexico. Southwest Division is currently seeking a Firm Fixed Price/Indefinite Quantity Contract for Architectural Engineering services. These services will be for Cost Engineering and Value Engineering. The terms of the contract will be 365 calendar days from the date of contract award, or until the $2,500,000 limit is reached. The Government has the option to extend this contract for an additional 365 calendar days, or until an additional $2,500,000 limit is reached, or a total not to exceed amount of $5,000,000 in two years. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following year option (if exercised). The hourly rates will be negotiated for each calendar year and are independent of which option year is in effect. The minimum guaranteed fee is $5,000 for the base year. The A-E fee for any single task order shall not exceed $500,000. The estimated start date is September 2003. A-E selection criteria will include (in order of importance): (1) Professional qualifications are required of the of the proposed staff and consultants to be assigned to this contract in conducting Cost Engineering and Value Engineering studies and preparing reports that encompass detailed cost estimates, life cycle analysis and construction analysis, and sketches where applicable. The firm shall demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach, including: energy conservation, pollution prevention, the use of recovered and recycled materials, waste reduction, and construction waste management practices. All members of the team shall be completely knowledgeable and trained in VE and/or CE methodology. List only the team members who will actually perform major tasks under this project. Qualifications should reflect the individual?s potential contributions on this contract. (2) Specialized Experience of the firm (including consultants) in conducting Cost Engineering and Value Engineering studies on facilities and environmental projects. Do not list more that a total of ten (10) projects in block 8 (5 for CE and 5 for VE) Indicate which consultants from the proposed team, if any, participated in the services for each project. (3) 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 and prior security clearances. (4) Past performance on 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). (5) Location in the general geographic area and knowledge of the locality of the projects of Naval and Marine Corps bases within California, Arizona, Nevada, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah (6) List the small, disadvantaged, woman-owned business, veteran-owned small business or service-disabled veteran-owned small business concerns or HUBZone small business firms used as primary consultants or as sub-consultants. If a large business concern is short listed, they will be required to submit a subcontracting plan that should reflect a minimum 5% Small Business, 5% Small Disadvantaged Business, 5% Woman Owned Small Business and 3% Veteran-owned small business or service-disabled veteran-owned small business and 1.5% HUBZone Small Business, of the amount to be subcontracted out. Those firms which meet the requirements described in this announcement and who wish to be considered, must submit one copy each of a SF 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. (7) VOLUME: Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. One copy of the submittal package is to be received in this office no later than 3:00 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested of applying firms: indicate solicitation number in block 2b, CEC (Contractor Establishment Code) and/or Duns number (for address listed in block 3), and TIN number in block 3, fax number and email address in block 3a, and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria (3). Firms, their subsidiaries, or affiliates, which design or prepare specification for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The North America Industry classification System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million.
 
Place of Performance
Address: SAN DIEGO, CALIFORNIA
Zip Code: 92132
Country: UNITED STATES
 
Record
SN00330034-W 20030523/030521213937 (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.