Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2004 FBO #0808
MODIFICATION

C -- Architectural Engineering for Marine Waterfront A/E Services at Locations Serviced by EFA NW

Notice Date
2/11/2004
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-04-R-9108
 
Response Due
3/11/2004
 
Archive Date
3/26/2004
 
Point of Contact
Pamela Grady, Contracting Officer, Phone 360-396-0250, Fax 360-396-0850,
 
E-Mail Address
pam.grady@navy.mil
 
Description
DESCRIPTION: This is an announcement for a contracting opportunity under the Brooks Act for architect-engineering services. This procurement will be evaluated using Brooks Act procedures using full and open competition. Federal Acquisition Regulation (FAR) 36.6 selection rules apply. This solicitation is for an Indefinite Quantity Firm Fixed Price Contract. Architect-Engineer (A/E) services are required for a regional IDIQ contract for the design and preparation of marine/waterfront construction plans and specifications for activities serviced by Engineering Field Activity NW, including, but not limited to, Washington, Oregon, Idaho, Montana, Alaska, and Utah, with the preponderance of work anticipated to be within the state of Washington. A/E services required are primarily marine/waterfront in nature but a strong multi-discipline team is required. Services shall be accomplished in the contractor?s office with the exception of field investigations and field surveys as required at the project site. ALL INFORMATION NEEDED TO SUBMIT SF 254 AND SF 255 DOCUMENTS IS CONTAINED HEREIN. NAICS Code for this procurement is 541310. The annual size standard is $4,000,000.00. Contract term will be for a one-year period of 365 calendar days or until the maximum dollar limit is reached, whichever occurs first. The maximum fee limit may not exceed $5,000,000 aggregate total. The values of individual contract task orders executed under this contract are $2,500 to $1.5M. Multiple task orders may be awarded with similar delivery schedules, requiring overlapping work/delivery dates. The minimum guarantee for the total contract shall be $5,000. Estimated start date for this contract is June 2004. The work under this contract may include, but is not limited to designs and/or studies for construction, renovation, and maintenance of various Navy waterfront facilities, including utilities. Primary work will be the preparation of plans and specifications for design/build or fully designed contracts to accomplish either renovation or new construction projects. The work may also include engineering design, field investigations, fire protection, surveys, sub-surface investigations, construction support services, cathodic protection systems, identifying environmental concerns, economic analysis, technical feasibility assessment, design analysis, structural evaluation, geotechnical evaluation, surveying, cost estimating, construction support consultation, and seismic analysis of existing structures using current DOD seismic criteria. During the performance of this contract, asbestos, hazardous materials/waste or pollution abatement may be required. In addition, engineering services, mechanical, electrical, architectural, civil/structural, geotechnical, and environmental disciplines may be required under this contract. The A/E may be required to prepare cost estimates, prepared by a professional cost engineer, using R.S. Means, Historical Data, Tri-Services Unit Price Book, and SUCCESS (U.S. Cost, Inc.) cost estimating software. The A/E shall prepare as-built documentation in both electronic media and hard copy, with electronic files submitted in AUTOCAD or INTEGRAPH Microstation-compatible computer drawing format. The A/E shall prepare computer-automated specifications using SPECSINTACT software. NOTE: Firms that design or prepare specs for a construction contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The criteria are listed in descending order of importance as follows: Criteria 1, Recent Experience; Criteria 2, Professional Qualifications; Criteria 3; Past Performance; Criteria 4; Quality Control; Criteria 5, Capacity; Criteria 6, Sustainable Design; Criteria 7, Location; Criteria 8, Commitment to Small Business Concerns; and Criteria 9, Volume of Work. Proposals will be evaluated to determine which firm is considered the most highly qualified based on the criteria responses. Evaluating past performance and experience may include information provided by the firm, inquiries with previous customers, from Government databases, and any other known publicly available sources. The failure to provide requested data, or providing a point of contact that is inaccessible or without a valid phone number, could result in a firm being considered less qualified. The evaluation of past performance will consider whether the firm has consistently demonstrated quality work, including the team?s record of recommending innovative approaches and/or technologies; adherence to schedules; and history of reasonable and cooperative behavior and commitment to customer satisfaction. A proposal that has no record of relevant past performance, or for whom information on past performance is not available, shall not be evaluated favorably or unfavorably. The following elements may result in a firm being considered to have higher qualifications during the evaluation and should be addressed accordingly when preparing each of the criteria responses: a) Projects completed within the last five (5) years; b) projects directly related to a wide range of waterfront and marine facilities, but with an emphasis on marine facilities (piers, dry-docks, etc.), and industrial waterfront shops and facilities; c) projects with an estimated construction cost of $100,000 to $10M; d) projects involving a sustainable design approach; and e) design-build projects. In addition, all projects listed shall be those completed by the office/branch that will be accomplishing the work under this contract. SUBMISSION REQUIREMENTS: Submit the following: a) A total of two (2) copies of Criteria 8. Criteria 8 shall be provided in separate report binders from SF254/255, but for recycling purposes, a soft ?student? report cover is preferable. b) A total of three (3) copies of SF254/SF255?s for the prime offeror and each consultant/subcontractor with the following information: SF254 Self-explanatory SF255, BLOCK 1: Self-explanatory SF255, BLOCK 2a: Self-explanatory SF255, BLOCK 2b: Solicitation Number SF255, BLOCK 3: Include CEC Code and/or DUNs Number, and TIN Number for the address listed in Block 3. SF255, BLOCK 3a: Include fax number and email address. SF255, BLOCKS 4: Include all personnel proposed in Block 7, plus administrative staff. Only include personnel to be utilized for this project. SF255, BLOCKS 5 ? 6: Self-explanatory SF255, BLOCKS 7 See Criteria 1, 2 below for further submission info SF255, BLOCK 8 See Criteria 1 SF255, BLOCK 9 See Criteria 9 for further submission information SF255, BLOCK 10 See Criteria 1 through 7 for further submission information. NOTE: Block 10 is limited to 35 pages (double-sided is two pages) minimum font size of 10-12, to include the following: CRITERIA 1, RECENT EXPERIENCE: Specialized experience of the proposed team, including consultants. SF255, BLOCK 7: Submission Requirement: SF255, Block 7: Provide brief resumes of the proposed team members performing the major tasks for this contract, including key consultants, cost estimator, and specification writer. Key personnel must be professionally registered in their discipline. Include firm name, location (including branch office location), professional registration location, license number, and estimated percent of time to be spent on this team. In Block 7(g), provide 5 projects that best illustrate the individual member?s experience relevant to this contract scope. Provide project title, location, and responsibility of that participating team member. SF255, BLOCK 8: Provide up to seven (7) projects that best illustrate overall team experience. Firms with multiple offices shall indicate which office completed each project listed. Include brief project description, name and responsibility of proposed team member, and key project elements relevant to this solicitation. Provide evidence of experience in site planning and design of environmentally responsible and sustainable facilities integrated across all engineering disciplines, and examples of projects in Standard International metric units from planning stages through design and construction. Higher qualifications may be considered for firms with projects earning LEEDs ratings from the US Green Building Council. SF255, BLOCK 10: a) Provide an organization chart, identifying the overall relationship and lines of authority of the proposed team, including key consultants. Include firm names, and key personnel and their discipline/specialty. b) In a second matrix form, provide project title for all projects identified in Block 8, and then cross reference key project elements, disciplines and specialties that best illustrate experience relevant to this solicitation. CRITERIA 2, PROFESSIONAL QUALIFICATIONS: Professional qualifications of the proposed team, including all proposed subconsultants, in conducting value engineering studies and cost estimates, life cycle analyses, sustainable design and construction analyses, and applicable sketches for the preparation of architectural designs, evaluations, and/or studies for renovation/repair and new construction. Submission Requirements: SF255, BLOCK 7: Provide brief resumes of the proposed team members performing the major tasks for this contract, including key consultants, cost estimator, and specification writer. Key personnel must be professionally registered in their discipline. Include firm name, location (including branch office location), professional registration location, license number, and estimated percent of time to be spent on this team. In Block 7(g), provide 5 projects that best illustrate the individual member?s experience relevant to this contract scope. Provide project title, location, and responsibility of that participating team member. SF255, BLOCK 10: a) In a matrix or table format, list team member names, discipline/specialty (i.e., BS mechanical engineering), and number of years of professional experience, and then cross reference their role in each of the projects identified in Block 8. CRITERIA 3, PAST PERFORMANCE: Past performance with government agencies and/or private industry with respect to cost control, quality of work, and compliance with performance schedules. Demonstrated long-term Government or private industry relationships, and repeat business on projects of similar size and scope. Owner?s points of contact provided in the response to Criteria 1, 2, and 9 may be contacted to gather additional information. Submission Requirements: SF255, Block 10: a) Provide copies of awards, written customer performance ratings, letters of appreciation, or excellent ratings or commendation letters received by the office/branch that will be accomplishing the work. Explain the role of the recognized firm/person in the work being addressed. b) Of the seven (7) projects submitted under Criteria 1, Experience, describe three (3) to five (5) of these that were completed construction projects including: Describe quality of work, cost control and compliance with performance schedules. Indicate cost control measures taken and other proactive procedures used to ensure projects were within cost limitations. CRITERIA 4, QUALITY CONTROL: Demonstrated success of the quality control program used by the firm to ensure the provision of quality products. Submission Requirement: SF255, Block 10: Describe the prime contractor?s quality control program/process; who is responsible for program implementation, how the program is kept current, how does the prime contractor instill a culture of quality throughout the team. Illustrate the firm?s success in implementing the program. Of special interest are projects listed as team experience above. CRITERIA 5, CAPACITY: The ability of the firm to complete multidisciplinary task orders concurrently. Of primary concern is the team?s ability to deliver work on multiple overlapping task orders. NOTE: Information provided in the response to Criteria 1 (percentage of time to be devoted to this contract) will be used to evaluate this criteria. Submission Requirement: SF255, Block 10: a) Describe the team?s experience in successfully delivering projects per performance schedules, providing timely construction contract support, and successfully completing multiple products with similar delivery dates. b) Discuss how surge workload would be handled. CRITERIA 6, SUSTAINABLE DESIGN: Demonstrated success in sustainable design, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Demonstrated knowledge of the U.S. Green Building Council LEED?s Building Rating System. Submission Requirements: SF255, Block 10: a) Describe the team?s experience in encouraging the use of waste reduction techniques, including examples of projects where energy efficiency exceeded normal industry expectations. b) Indicate familiarity with the use of recovered materials on construction contracts consistent for FAR Clause 52.223-9. c) Of the (7) projects submitted under Criteria 1, Experience, identify each project that earned a LEED rating of the US Green Building Council, and specify the rating level assigned. CRITERIA 7, LOCATION: The location of the firm/project team in the general geographical area of the contract (within 50 mile radius of EFA NW Poulsbo, WA office) and the firm?s demonstrated knowledge with selection of appropriate construction materials and knowledge of conditions affecting project costs and bidding climate for the geographic locations in this contract. Submission Requirements: SF255, Block 10. a) Illustrate a working knowledge of construction in the geographic area covered by this contract. The major facilities serviced by this contract include Puget Sound Naval Shipyard, Bremerton; Naval Air Station, Whidbey Island, Oak Harbor; and Naval Submarine Base, Bangor, all located in Washington State. b) Address knowledge of construction costs in the areas addressed by this contract. CRITERIA 8, COMMITMENT TO SMALL BUSINESS CONCERNS: Use of small business concerns as primary consultants or as subconsultants. The following Navy small business goals are provided for your information: Small Business-73.7%; HUBZone Small Business?3.1%; Small Disadvantaged Business?15.3%; Women Owned Small Business?13.8%; Service-Disabled Veteran-Owned Small Business-3%; and Veteran Owned Small Business-3%. Submission Requirement (Large business firms only): Demonstrate commitment and use of the above small business concerns as primary consultants or subconsultants on the proposed contract per FAR 19.702. Identifies names of the small businesses, and the dollar amount and percentage anticipated to be subcontracted to each firm. NOTE: If a large business concern is selected they will be required to submit a subcontracting plan for approval prior to award that maximizes the above goals. CRITERIA 9, VOLUME OF WORK. All work by firms or joint-ventures currently being performed directly for federal agencies. Submission Requirement: SF255, Block 9: Provide a list of DOD contracts awarded in the last 12 months. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact in Block 9(c). SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for those firms slated as most highly qualified. Firms slated for interviews may be asked for explanation of management and design team components; quality control process; samples of design work; solutions to an actual or hypothetical project, etc. Elaborate brochures/presentations are not desired. ADDITIONAL INFORMATION: All information must be included in the SF254?s, the SF255, and the Criteria 8 Small Business Plan (cover letter, attachments and excess number of pages will be excluded from the evaluation process). Per DFAR 252.204.7004, all firms must be registered with the Central Contractor Registration prior to contract award. Responses shall be submitted to Pam Grady, Engineering Field Activity, NW, 19917 7th Avenue NE, Poulsbo, WA 98370-7570 no later than 2:00 p.m. local time on 11 March 2004. Submittals received after this date and time will not be considered. Facsimile submittals will not be accepted. Site visits will not be arranged during the submittal period. Debriefing requests will not be entertained prior to 45 days after the submittal due date. THIS IS NOT A REQUEST FOR PROPOSAL. NO solicitation package, technical information, or bidder/plan holder list will be issued. Firms not providing the required information may be negatively evaluated. Outside corner of mailing envelope shall be labeled as follows: A-E Services (Marine/Waterfront, N442550-04-R-9108. E-mail address for inquiries is: pam.grady@navy.mil. It is the offeror?s responsibility to check the NAVFAC electronic solicitation website at: http://esol.navfac.navy.mil for any revisions to this announcement or other notices.
 
Record
SN00520701-W 20040213/040211212750 (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.