Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2004 FBO #0871
SOURCES SOUGHT

C -- Sources Sought from 100% 8(a), HUB Zone or Small Business Set-Aside Firms for Indefinite Quantity Solicitation for Architect and Engineering Services for Navy and Marine Corps Reserve Centers

Notice Date
11/18/2003
 
Notice Type
Sources Sought
 
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
N62467-04-R-0053
 
Response Due
12/1/2003
 
Point of Contact
Esther Brown, Contracting Officer, Phone 843-820-5859, Fax 843-818-6858, - Crystal Potts, Program Management Assistant, Phone 843-820-5937, Fax 843-818-6895,
 
E-Mail Address
browner@efdsouth.navfac.navy.mil, pottsct@efdsouth.navfac.navy.mil
 
Description
The proposed contract listed herein is being considered for 100% 8 (a), HUB Zone or Small Business Set-Aside. All interested 8(a), HUB Zone or Small Business Set-Aside concerns will notify this office electronically to esther.r.brown@navy.mil of their intention to submit the required information listed below by 1 December 2003. The information must be received by 4:00 PM local time on 1 December 2003 in order to be considered. Solicitation N62467-04-R-0053, Sources sought for the Indefinite Quantity Solicitation for Architect and Engineering Services for Navy and Marine Corps Reserve Centers in the 26 state AOR as follows: AL, AR, CO, FL, GA, IA, IL, IN, KS, KY, LA, MI, MN, MO, MS, NC, ND, OH, NE, OK, SC, SD, TN, TX, WI, and WY. NOTE: 8 (a), HUB Zone and small business firms: At least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. This electronic notification submittal must include (1) the name of the firm; (2) evidence of capacity to perform the requirements and capacity of firm to manage several projects at one time; (3) Knowledge of Department of Defense (DOD) regulations to include recent experience (within the past 5 years) of firm members, individually and collectively, as a total in performing architect and engineering projects that includes, but is not limited to the following work: Project planning and development, preparation of plans in AutoCAD, cost estimates, performing facility planning studies, designing reserve centers, training facilities, vehicle maintenance facilities, administrative, industrial, and community facilities, barracks, utility and site improvements. Any format that contains the information requested above will be considered. However, a SF254 is preferred. The following services may be required: engineering services, design services, technical specification preparation for full design or design-build packages, preparation of planning documentation, topographic surveys and geotechnical engineering reports, collateral equipment lists, preliminary hazard analysis, obtaining permits and regulatory approvals, contractor submittal review, construction field inspection and consultation, comprehensive interior design, Title II Inspection, Operations & Maintenance Support Information, and as-built drawing preparation. Some projects will require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint surveys and provide a design that will support the removal, demolition and disposal of these and other hazardous materials in accordance with applicable laws and regulations. In addition to other disciplines, firms must be able to provide an engineer registered in the discipline of fire protection engineering with 5 years of full-time experience. If adequate interest is not received from 8 (a) concerns, consideration will then be given to setting the requirements aside for HUBZone concerns. If adequate interest is not received from HUBZone concerns, considerations will then be given to setting the requirements aside for Small Business concerns. Also, if adequate interest is received from 8 (a) and HUBZone concerns, it is the Contracting Officer's determination on how this will be set-aside per Small Business Administration guidelines. If adequate interest is not received from Small Business concerns, then the requirement will be issued unrestricted as N62467-04-R-0053 Indefinite quantity solicitation for Architect and Engineer Services for Navy and Marine Corps Reserve Centers within the Southern Division area of responsibility. THE REQUIREMENTS FOR THE SF254, SF255, etc. LISTED BELOW ARE NOT REQUIRED TO BE SUBMITTED AT THIS TIME FOR THE SET-ASIDE DETERMINATION, BUT WILL BE REQUIRED FOR SLATE/SELECTION DETERMINATION. THE FOLLOWING INFORMATION WILL BE REQUIRED AT A LATER DATE. Solicitation MAY result in the award of one contract. The geographical area for this contract will be Southern Divisions Area of Responsibility which encompass the following states: Alabama, Arkansas, Colorado, Florida, Georgia, Illinois, Indiana, Iowa, Kansas, Kentucky, Louisiana, Michigan, Minnesota, Mississippi, Missouri, Nebraska, North Carolina, North Dakota, Oklahoma, Ohio, South Carolina, South Dakota, Tennessee, Texas, Wisconsin, and Wyoming. The contractor may also, on occasion, be tasked to provide the services described herein to any DOD or other Federal agency activities outside the Southern Division geographical area. These projects will be assigned on an exception basis as determined by the Contracting Officer. A professional engineer will sign engineering work; therefore, contractor personnel must consist of professional engineers registered in the applicable state in which the work is conducted. The format for all reports shall include both a hardcopy and an electronic PDF. A minimum guarantee will be provided. This guaranteed fee is a certain obligation at the time of the award and as such will be fulfilled within the base year of the contract. This contract, N62467-04-R-0053, is for one (1) base year and four (4) one-year options: the contract with the base and four option years will not exceed $15,000,000. No new work can be added after one year following award of the initial work unless the option year is exercised. The following criteria (numbered in order of importance) will be used in the selection process: 1. PROFESSIONAL QUALIFICATIONS: a) Technical competence by discipline (education, registration and experience) of individual design team members which must include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering with 5 years of full-time experience, a registered communications distribution designer, an engineer or architect with a minimum of 10 years roofing and waterproofing design experience, a registered landscape architect, and an interior designer registered by either the National Council of Interior Design Qualifications (NCIDQ) or National Council of Architectural Registration Board (NCARB). 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 facility planning studies; (b) Designing Reserve Centers, training facilities, vehicle maintenance facilities, administrative, industrial, and community facilities, barracks, utility and site improvements, (c) Designing projects to Navy, Air Force or other DOLD agencies criteria; (d) Designs using AUTOCAD, SPECSINTACT, and NAVFAC cost estimating; (e) On-site functional analysis, space programming and budgetary cost engineering; and (f) Evidence of experience of both the firm and key personnel in comprehensive interior design and knowledge of the federal acquisition process. 3. PERFORMANCE: past performance ratings by Government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. 4. CAPACITY: Capacity of firm and project teams to accomplish multiple, large and small projects simultaneously; and (b) Ability to sustain the loss of key personnel while accomplishing work within required time limits. 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. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to them by DOD within the past 12 months. The objective is equitable distribution of contracts among qualified A-E firms. This includes small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Any large firm that is selected will be required to submit a subcontracting plan before price negotiations begin for contract award. Large business firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, HUBZone small business, small disadvantaged businesses, and woman-owned small business concerns as consultants in performance of this contract. The current subcontracting goals established for these contracts is 73.7% for small businesses, 15.3% for small disadvantaged businesses, 13.8% for woman-owned businesses, 3.1 % HUB Zoned businesses for FY03 and beyond, 3% for veteran-owned businesses, and 3% for service disabled veteran-owned business concerned. In order to assist the committee to more efficiently review all applications, A SUMMARY OF EXPERIENCE AS SPECIFICALLY DEFINED IN CRITERIA 1,2, AND 3 (QUALIFICATIONS, EXPERIENCE, AND CAPACITY AND PROPOSED TEAM STAFFING AND DEPTH OF ADDITIONAL STAFF SUPPORT) IS REQUESTED AS PART OF OR IN ADDITION TO THE SF 255. 1. Summarize your proposed team with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration, state, and date; f) assigned team responsibility; g) years with current firm, years with other firms; and h) percent of time committed to this team. 2. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in the event of loss of key personnel or failure to maintain schedules. 3. Summarize in descending order of significance, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information where applicable: a) list the currently proposed team members who worked with you on the projects; and b) an owner point of contact with telephone number; c) show the original submission schedule, owner approved time extensions, and the final execution schedule. 4. A-Es responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. For consideration, provide ONE SF254 for each consultant proposed. The SF255 with attachments shall be limited to 25 pages (8.5 X 11, one sided), with print size not less than 12-pitch font. Every page that is not a SF254 will be included in the 25-page count. The submittal package must be received in this office not later than 3:00 P.M. on a YET TO BE DETERMINED DATE. 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. Offertory must also be registered in the Contractors Central Registration (CCR) in order to participate in this procurement. The website for CCR is www.ccr.gov . Include telephone/fax 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 541310 and Size Standard is $4M. Label lower right corner of outside mailing envelope with A-E Services, N62467-04-R-0053. This is NOT a request for proposal. Site visits will not be arranged during advertisement period. Express mail address is: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 Surface mail address is: Commander, Southern Division, P.O. Box 190010, North Charleston, SC 29419-9010. ADDRESS ALL RESPONSES TO ATTN: CODE ACQ21EB. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-NOV-2003). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-APR-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62467/N62467-04-R-0053/listing.html)
 
Place of Performance
Address: Southern Division Area of Responsibility (AOR)
Country: United States
 
Record
SN00565303-F 20040415/040413214126 (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.