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 -- INDEFINITE QUANTITY ARCHITECT-ENGINEERING CONTRACT FOR INDUSTRIAL ENGINEERING SERVICES AND STUDIES AT VARIOUS NAVAL ACTIVITIES

Notice Date
8/11/2003
 
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
N44255-03-R-2007
 
Response Due
8/25/2003
 
Point of Contact
Kimberlee Odiorne, Contract Specialist, Phone 360-396-0273, Fax 360-396-0856,
 
E-Mail Address
odiornekn@efanw.navfac.navy.mil
 
Description
MODIFICATION: 1ST Notice: See Revised language under Selection Criteria (1)PAST PERFORMANCE and (3)PROFESSIONAL QUALIFICATIONS. DESCRIPTION: THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT SF254 AND SF255 DOCUMENTS IS CONTAINED HEREIN. 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. The contract type will be Firm-Fixed Price. The purpose of this contract is to obtain the services of an interdisciplinary team required to support industrial engineering services and facility planning at the Engineering Field Activity Northwest (EFANW) Office, Poulsbo, Washington. The preponderance of the work under this contract is anticipated to be within the state of Washington, in the Pacific Northwest. However, work may also be performed anywhere within the EFANW Area of Responsibility and other locations, as required. Services shall be accomplished in the contractor's office with the exception of such field investigations and field surveys as are required at the project site. The Government will not provide any direct supervision of the Architect/Engineer (A/E) employees. Tasking under this contract will be predominantly for industrial facilities and will include the following types of architectural and engineering services, studies, and/or reports: process flow, equipment relationship evaluation, CAD floor plans, basic facility requirement development/evaluation, engineering evaluations, master facility plans, material flow, efficiency analysis, design plans, specifications, cost estimates, feasibility studies, concept studies, interior/exterior renovation, historic structure preservation, buildings or structure repair, construction support services for new and existing facilities, seismic evaluations and upgrades, grading, paving, utility systems, mechanical and/or electrical systems, identification of and design for asbestos and lead paint abatement, life safety/site investigations, economic analysis. NOTE: Firms that design or prepare construction specifications are prohibited from providing the subsequent construction. This limit also applies to subsidiaries/affiliates of the firm. The A/E shall prepare documentation in both electronic media and hard copy. Cost estimates shall be in the format of US Success Cost Estimator/Parametric Cost Estimating Model (PCEM). CAD and GIS products per the Department of the Navy (DON) Policy on Digital Logistics Technical Data dated 2 Nov 1999 - http://navfacilitator.navfac.navy.mil/cheng/enet/tdls/caddgis/logispol.pdf; CAD data standards per the A/E/C CADD Standard http://tsc.wes.army.mil/products/standards/aec/intro.asp; GIS data standards per the Spatial Data Standard (SDSFIE) for Facilities, Infrastructure, and Environment http://tsc.wes.army.mil/products/TSSDS-TSFMS/tssds/html/ Facility Planning data per the NAVFAC P-80 and OPNAVINST 11010.20F The selection will be based on the following criteria with criteria (1) and (2) being the most important and equally weighted. Criteria (3) through (6) are in descending order of importance. ***Note: Criteria numbers (7) and (8) shall be used as secondary evaluation factors should the application of criteria numbers (1) through (6) result in firms being rated as equal. (1) PAST PERFORMANCE of the project team on similar projects by the proposed key personnel in terms of quality of work, cost control, use of sustainable design, and compliance with performance schedules. Key personnel are defined as Program Manager, Senior Architect, Senior Structural Engineer, Senior Mechanical Engineer, Senior Industrial Engineer, Senior Electrical Engineer, Project Manager and Quality Control Manager to be assigned to this contract. Referenced projects that were performed by key personnel under the proposed team structure may receive a higher rating in the evaluation under this criteria. Provide representative examples of completed projects (no more than 10 examples) with customer name, point of contact, position title, phone number and address. The definition of similar projects is a project that includes preparation of several or all of the following: process flow, equipment relationship evaluation, CAD floor plans, basic facility requirement development/evaluation, engineering evaluations, master facility plans, material flow, efficiency analysis, design plans, blast analysis, specifications, cost estimates, feasibility studies, concept studies, interior/exterior renovation, historic structure preservation, buildings or structure repair, construction support services for new and existing facilities, seismic evaluations and upgrades, grading, paving, utility systems, mechanical and/or electrical systems, identification of and design for asbestos and lead paint abatement, life safety/site investigations, economic analysis. List recent performance evaluations and awards received by the proposed team for projects referenced. The Government may consider information obtained from past and present customers or clients, other Government agencies, current and former sub consultants, ratings in ACASS/CCASS, and any other sources deemed necessary by the Government. (2) RECENT SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE of the proposed team in the type of work described in criteria 1. Firms demonstrating experience in the type of work described in Criteria 1 related to industrial facilities, waterfront operational facilities, and/or ship and weapons maintenance facilities are highly desired and may receive a higher rating. Experience in preparation of Section 106 and 110 documents under the National Historic Preservation Act, hazardous material abatement, knowledge of Navy facility missions and processes and planning procedures are highly desired. (3) PROFESSIONAL QUALIFICATIONS of the staff and consultants to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in criteria 1. Washington State licensing is required for Key Personnel proposed in the Senior Structural Engineer, Senior Mechanical Engineer, Senior Electrical Engineer and Senior Architect Positions. Provide an organization chart identifying each member of the project team. As a minimum, key personnel must be included. Indicate the branch office location of each team member. (4) LOCATION in the general geographic area of the project and knowledge of the locality of the project. The major facility serviced by this contract is Puget Sound Naval Shipyard and Intermediate Maintenance Facility, located in Washington State. Indicate the location of the primary office that your firm will be using for day-to-day operations. An assessment may include, but not be limited to, the A/E Team’s knowledge of construction and construction costs for this geographical area. Higher rating may be given for this criteria to firms located within a 50-mile radius of Bremerton, Washington. (5) QUALITY CONTROL (QC) PROGRAM. Provide information on the firm’s quality control program, and demonstrate how it has been used to improve performance. Provide evidence of the prime’s experience in establishing and utilizing a quality control program, including but not limited to a written plan. Identify and describe key procedures to ensure effective coordination of all project data. Show how the subcontractor’s quality control programs are integrated into the prime’s QC program for projects similar to those discussed in criteria 1. (6) CAPACITY of the proposed team to accomplish the work in the required time. Demonstrate the ability to complete several multidisciplinary contract task orders concurrently (i.e., the impact of this potential workload on the firm’s permanent staff, anticipated workload during the contract period, and the firm’s history of successfully completing work in compliance with performance schedules). Indicate the firm’s present and projected workload, and the availability of the proposed team members for the specified contract period. Demonstrate how the prime contractor will manage and coordinate the work of its staff and its subcontractors to produce integrated, cost effective solutions to task order assignments. Demonstrate the ability to respond quickly and coordinate multiple tasks between EFANW and its Activity customers. (7) COMMITMENT TO SMALL BUSINESS CONCERNS. Demonstrate use of small/small disadvantaged business, woman owned or HUB zone business firms as primary consultants/sub consultants on the proposed contract. In accordance with FAR 19.702, if a large business concern should be selected for this contract, a small business Subcontracting Plan will be required to be submitted to this office prior to award of the contract. (8) EQUITABLE DISTRIBUTION OF THE WORK. Provide a list of and total amount (dollar value) of DoD contract awards as the prime contractor within the past 12 months in block 9 of the SF 255. Firms with multiple offices shall indicate which branch office completed each projects. Include agency phone numbers and points of contact. GENERAL INFORMATION: The proposed procurement will result in the award of one fixed-price indefinite quantity contract. The effective period of the contract shall be a base year plus one option year, or a total aggregate task order value of $1,500,000.00 (one million, five hundred thousand dollars), whichever occurs first. For evaluation purposes only, the estimated annual contract usage is $750,000.00. The contract minimum guarantee shall be $25,000.00. Individual task orders executed under this contract are not expected to exceed $500,000.00. The estimated start date for the contract is December 2003. The primary North American Industrial Code (NAIC) for this procurement is 541330 (formerly Standard Industrial Code (SIC) 8711). The small business size standard is $6 million annual average gross revenue for the last three fiscal years. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor’s Registration (CCR) prior to award of any government contract. To obtain information regarding registering in the CCR, call 1-888-227-2423, or log on to Internet web site at http://www.ccr.gov. Qualified firms desiring consideration shall submit one copy of an SF-254, and SF-255 including organization chart of key personnel to be assigned to this contract and each subconsultant's current SF-254 to Ms. Kimberlee Odiorne, Engineering Field Activity, Northwest, Code 05EK.KO, 19917 7th Avenue, NE, Poulsbo, Washington 98370-7570. One copy of the submittal package is due not later than 4:00 PM Pacific Time on 25 August 2003. Submittals received after this date and time will not be considered. No e-mail, telegraphic or facsimile submittals will be accepted. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. This procurement is open to all business concerns. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-AUG-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 11-FEB-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N44255/N44255-03-R-2007/listing.html)
 
Place of Performance
Address: See description.
Zip Code: 98370-7570
Country: USA
 
Record
SN00521056-F 20040213/040211215807 (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.