Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2003 FBO #0629
MODIFICATION

C -- Small Business Set-Aside ID/IQ for Roof Moisture Survey, Inspections, and Plans and Specifications for Roofing Repairs at Southern Division AOR and the Bahamas, Eleuthera Island and Ascension Island

Notice Date
8/18/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-02-R-0462
 
Response Due
9/18/2003
 
Point of Contact
Robin Rourk, Contract Specialist, Phone 843-820-5957, Fax 843-818-6853,
 
E-Mail Address
rourkrb@efdsouth.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Submittal package due date has been extended to 18 September 2003 no later that 4:00 P.M. Eastern Time. THIS PROPOSED SOLICITATION IS SET ASIDE FOR SMALL BUSINESS. The solicitation will be identified as N62467-02-R-0462. The contract shall be for professional services necessary for any specialized roofing and wall inspections moisture intrusion investigations, preparations of plans and specifications and construction support for roofing construction and repairs at various locations in the Southern Division, Naval Facilities Engineering Command, Charleston, SC, area of responsibility (AOR) in the following states: NC, SC, GA, FL, AL, MS, LA, TN, AR, TX, OK, KY, IL, MI, KS, CO, WY, NE, SD, ND, IA, MO, WI, IN, OH, MN, as well as the Bahamas Islands, Eleuthera Island, and Ascension Island. The firm/team may also, on occasion, be tasked to provide the services described herein at Government activities outside the SOUTHDIV AOR. These actions will be decided on a case-by-case basis as approved by the contracting officer. It is anticipated that most work will be in the Southern Division AOR. Required services include: comprehensive visual roof condition surveys; moisture intrusion investigation of roof and wall systems; roof moisture detection using infrared, nuclear, and capacitance equipment as required; roof defect identification and failure investigations; comprehensive inspections and moisture survey reports and documentation; moisture contour and location maps; roof deficiency maps and drawings; development of roof management plans; preparation of Step II documentation or other documentation required for funding approval; design services for roof repairs or replacement and associated work. Design services include preparation of drawings, specifications, design calculations and detailed construction cost estimates for roofing construction and repair. Other services include amendments, field inspection of construction, consultation, preparation of as-built drawings, and asbestos material identification and sampling. The A-E may be required to conduct a comprehensive asbestos/lead paint survey and provide a design, which will support the removal and disposal of hazardous materials with applicable laws and regulations. Firms must be able to accept work, which involves asbestos, lead paint and hazardous materials. Firms must be able to mobilize within 48 hrs of notification to sites prior to delivery order award to meet emergency support requirements of SODIV. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. This contract will include an option for four (4) one-year extensions and fee including all options will not exceed $2,500,000. There will be no future synopsis in the event the options included in the contract are exercised. The Government guarantees a minimum amount of $10,000 for the base year paid only once for the life of the contract. Selection Criteria: The following criteria (listed in descending order of importance) will be used for the basis of selection. The format for responding to each criterion shall be as indicated herein in lieu of completing Blocks 7,8,9 and 10 in the SF 255. 1. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience, and professional registration of the engineers, architects, roofing specialists on the team. It is expected that teams submitting for consideration for this contract will specialize in roofing/moisture intrusion and have, as a minimum, the following qualified individuals: registered structural engineer; registered architect; registered roofing consultant (RRC) or certified roofing consultant (CRC) and registered roofing observer (RRO). SUBMISSION FORMAT: Submit a matrix for proposed team(s), including alternates, that contains the following data about the member?s assignment: Team member?s name, firm name, office location, proposed team assignment, percent time to be spent on this team, highest education level/discipline (example: BS, mechanical engineering, discipline in which registration was obtained, 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 experience (within the past 5 years) of design team members individually AND collectively as a total team (A/E, Client, Outside Agencies) in (a) Performing moisture intrusion engineering inspection and studies including: 1) Conducting comprehensive roof condition surveys of various types of roofing systems; 2) Moisture intrusion investigation of roof and wall systems; 3) Design of roof repairs and replacement; 4) Preparation of roof management plans with emphasis on large roof inventories; 5) Failure investigations 6) Post construction contract award services including report preparation skills 7) Demonstrated ability to implement and utilize roof management programs; (b) designing projects to Navy, Air Force or other DOD agencies criteria; (c) Ability to produce design documents using Autocad, SPECSINTACT, and cost engineering using the WBS (work breakdown structure) systems and the ?success Estimating and Cost Management System?; (d) evidence of experience of both the firm and key personnel in knowledge of the related federal acquisition process. SUBMISSION FORMAT: Provide a description of at least three projects with client 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 described herein. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and teams members? names shall be across the top row of the matrix. Also, describe the firm?s experience with Autocad, SPECSINTACT systems and parametric cost engineering. 3. PERFORMANCE: Past performance ratings by Government agencies and private industry with respect to quality of work, performance, compliance with schedules and cost control. 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 1997 or later and should include those for joint venture partners and consultants. Provide a list of projects of various sizes, managed by proposed project manager(s), that started construction since January 1997 and include the following data: client?s contact, client?s need date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 4. CAPACITY: (a) Capacity of the firm and project teams to accomplish multiple, large and small projects simultaneously; and (b) ability to sustain the loss of key personnel while accomplishing the work within required time limits. SUBMISSION FORMAT: Submit an organizational chart with the following information: Principal 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 key person. 5. 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 enumerated 26 state areas. 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. SELECTION INTERVIEW REQUIREMENTS: A/E slated for interviews should be prepared to provide their Quality Assurance Plan. This shall include an explanation of their management approach and commitment to accomplishing numerous small projects (<$1 Million) as well as large projects (>$1 Million), their commitment to a quality philosophy, specific quality control process, 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, financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references. For consideration, provide an original SF 255 and SF 254 for the prime and SF 254 for each consultant proposed. The SF 255 with attachments shall be limited to 25 pages. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The submittal package must be received VIA FAX or mail not later than 4:00 P.M. EASTERN TIME on MONDAY, 08 SEPTEMBER 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. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov . Include telefax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4M. Address all responses to Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, N. Charleston, SC 29406 for on-site delivery or USPS address at P.O. BOX 190010, N. Charleston, SC 29419, e-mail at rourkrb@efdsouth.navfac.navy.mil , fax number 843-818-6853.
 
Place of Performance
Address: Various Locations at Southern Division Area of Responsibility (AOR) as well as the Bahamas, Eleuthera Island, and Acension Island.
 
Record
SN00405201-W 20030820/030818213949 (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.