Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

C -- IDIQ A-E SERVICES FOR FIRE PROTECTION AND ANTITERRORISM/FORCE PROTECTION PROJECTS IN ALL AREAS UNDER COGNIZANCE OF PACIFIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, Acquisition Department, Code ACQ0262, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-03-R-0003
 
Response Due
7/16/2003
 
Point of Contact
Melvin Yoshimura, Contracting Officer, Phone (808) 474-5406, Fax (808) 474-8908,
 
E-Mail Address
yoshimurams@efdpac.navfac.navy.mil
 
Description
Services include, but are not limited for preparation of technical reports including conducting engineering investigations and concept studies; preliminary and final design plans and specifications; construction estimates; operations and maintenance manuals; record drawings; shop drawings reviews; technical review of design plans and specification prepared by Architect-Engineering (A-E) firms and government forces; water flow testing; final acceptance testing of all types of installed fire protections systems and antiterrorism systems (personnel alerting systems, CCTV, fence sensors, proximity sensor, etc.) and other consulting requiring immediate action. The type of fire protection system could include, but is not limited to, various hydraulically designed sprinkler systems, interior fire alarm systems exterior radio fire alarm systems, fire pumps, foam systems, gaseous extinguishing systems (carbon dioxide of halon, FM200 or Inergen), fire detection systems, dry chemical systems, etc. The type of antiterrorism features or systems could include, but is not limited to, various hydraulic barriers, passive barriers, entry control facilities (gates, serpentine barriers for speed control, etc.), blast walls, glazing replacements with proper window anchoring, fragmentation retention film, geotech fabric wall strengthening for fragment control, ?blast? doors, personnel alerting systems, security access control systems, re-aligning roads, security lighting, intrusion detection systems, etc. The type of fire protection design features could include but are not limited to life safety analysis, including water flow testing at proposed project sites, etc. The type of antiterrorism / force protection design features could include, but are not limited to, ?blast? designs to ?harden? exterior walls/roofs; ?blast? wall designs to deflect the reflected overpressure waves from an explosive device; ?blast? doors designs; transfer of structural blast loads from window glazing to window frame to structural framing elements, progressive collapse analysis, waterside/waterfront security, vulnerability assessment, etc. Projects may involve new construction and repair and maintenance in various PACNAVFACENGCOM locations. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be of the 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 contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract shall not exceed twelve months or $1,500,000 total fee; whichever comes first. The Government guarantees a minimum of $10,000. The Government reserves the option to extend the contract for an additional two years. There will be no future synopsis in the event the options included in the contract are exercised. Estimated construction cost of project is $5,000 to $5,000,000. Estimated date of contract award is September 2003. 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 qualifications of firm and staff proposed for design and analysis of fire protections systems and antiterrorism/force protection systems or features in tropical environments similar to Hawaii, Guam and Pacific Ocean Locations. Personnel assigned must be registered professional fire protection engineers and registered structural engineers for blast designs services; (2) Specialized recent experience and technical competence of firm or particular staff members in design and analysis of fire protection systems and antiterrorism/force protection and blast design on equivalent type of projects or project elements in tropical environments similar to Hawaii, Guam and the Pacific Ocean Locations. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach. A-E?s quality control program experience; (6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (7) Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZoneSB), historically black college or university and minority institution (HBCU/MI) and veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. (8) 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 contracts among qualified A-E firms and firms that have not had Department of Defense contracts. IN BLOCK 10 OF THE SF255, INCLUDE A SUMMARY OF QUALIFICATIONS IN NARRATIVE DISCUSSION ADDRESSING EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. IF NECESSARY, CONTINUE ON PLAIN BOND PAPER. For selection criteria ?(3)? the government will also evaluate each firm?s past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. For selection criteria ?(7)?, the Government will evaluate firms by the government wide goals; therefore, offeror should identify each firm (prime and subs) by name, discipline and size status. In addition, the offeror should provide information on past performance on SB, SDB, etc. and/or any awards received for outstanding support of SB, SDB, WOSB, HUBZoneSB, and HBCU/MI or other documentation. Documentation may include SBA awards, final Subcontracting Reports for Individual Contracts (SF294), copies of performance evaluations on the implementation of subcontracting plans or periodic compliance reviews, and/or information on existing or pending mentor-prot?g? agreements. The statutory Government wide goals for the total value of all prime contract awards per fiscal year are 23% to SB, 5% to SDB, 5% to WOSB, 5% to HBCU/MI, 2% to HUBZoneSB and 3% to VOSB & SDVOSB. Naval Facilities Engineering Command (NAVFAC) subcontracting goals are 64.3% to SB, 14.8% to SDB, 5% to WOSB, 3% to VOSB and 5% to HUBZoneSB. Small Disadvantaged Businesses must obtain formal certification from the Small Business Administration to receive contract evaluation benefits reserved for Small Disadvantaged Businesses. This includes receiving benefit as a prime contractor or subconsultant under a Subcontracting Plan for subcontracting to Small Disadvantaged Businesses. Small Disadvantaged Businesses: Contact your local Small Business Administration (SBA) representative for information on the certification program or visit the SBA agency?s web site at http://www.sba.gov./sdb. Prime Contractors: To determine whether a prospective subcontractor is a certified small disadvantaged business, access SBA agency?s database, PRO-Net website at http://www.pro-net.sba.gov/. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility sitting studies, environmental assessments, or other activities that result in identification of project scope and cost. The A-E firm and consultants selected for this contract will be required to perform throughout the contract term. This solicitation requires all interested firms to have on-line access to email via the Internet. Notifications will be via email, therefore, email address must be shown in block 3 of the SF 255. Large Business firms who are short-listed will be required to submit a subcontracting plan before negotiation begin for contract award. A-E firms meeting the requirements described in this announcement are invited to submit complete, updated Standard Forms 254, Architect Engineer and Related Services Questionnaire, and 255, Architect-Engineer and Related Services Questionnaire for Specific Project. The submittal/delivery address is Commander, Code ACQ0262 (A-E Solicitation No. N62742-03-R-0003), Attn: Mailroom (CMP0161), PACNAVFACENGCOM, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. This address is for all deliveries, including US Mail, courier service and/or personal delivery services; no other address is acceptable. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Two copies of your SF 254 and SF 255 are required: One paper copy and one electronic CD copy. Firms responding to this announcement by Wednesday, July 16, 2003 will be considered. Firms must submit forms by 2:00 p.m. HST. Firms having a current SF 254 on file with this office may also be considered. This is not a request for a proposal.
 
Place of Performance
Address: All Areas Under Cognizance of Pacific Division, Naval Facilities Engineeing Command
Zip Code: 96860
 
Record
SN00344860-W 20030613/030611213710 (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.