Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2004 FBO #0888
MODIFICATION

C -- Engineering and Design Services for Various Multi-Discipline Projects Primarily in the States of DE, PA, NY, NJ, MA, CT, RI, NH, ME, and VT

Notice Date
4/30/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northeast, 10 Industrial Hwy MS #82, Lester, PA, 19113
 
ZIP Code
19113
 
Solicitation Number
Reference-Number-N62472-04-R-143X
 
Response Due
6/2/2004
 
Archive Date
6/17/2004
 
Point of Contact
Tina Phillips, Contract Specialist, Phone (610)595-0643, Fax (610)595-0671,
 
E-Mail Address
marie.phillips@navy.mil
 
Description
THIS MODIFICATION IS ISSUED TO CORRECT THE PRIMARY LOCATIONS OF THE WORK AS STATED IN THE TEXT AND EVALUATION FACTOR 7, SUBCONTRACTOR UTILIZATION, AND INCORPORATES ADDITIONAL SELECTION INTERVIEW REQUIREMENTS. THIS IS NOT A REQUEST FOR PROPOSALS. THERE IS NO SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION REQUIRED TO SUBMIT STANDARD FORM 254 AND STANDARD FORM 255 IS CONTAINED HEREIN. Engineering and design services are required for four indefinite quantity contracts for the preparation of architectural and engineering studies, plans, specifications, cost estimates and design-build Requests for Proposals (RFPs) for multi-discipline projects at various locations primarily in the states of DE, PA, NY, NJ, MA, CT, RI, NH, ME, AND VT. One firm for each contract will be selected for the following contracts: Contract N62472-04-R-1430 will be used primarily for work in ME, NH and VT. Contract N62472-04-R-1431 will be used primarily for work in CT and RI. Contract N62472-04-R-1432 will be used primarily for work in NY and NJ. Contract N62472-04-R-1433 will be used primarily for work in PA, and DE. However, work from other geographical areas may be added to any contract at the discretion of the Government. The preponderance of projects envisioned for these contracts are in the $1 - $8M range of estimated construction cost. Project work may consist of, but is not limited to: (a) new construction, renovations, alterations, change of use or repairs of office buildings, recreational and research facilities, etc., (b) general repairs of housing, barracks, window wall replacement, utilities, communications and electrical distribution systems, fire and intrusion detection and alarm systems, (c) site work, oil water separators, etc. The Naval Facilities Engineering Command is moving towards Design-Build as the preferred method for acquiring capital improvements. Though Design-Bid-Build methodologies (with the preparation of 100% Plans and Specifications) will continue to be utilized, a significant number will likely require preparation of Requests for Proposal packages for Design-Build solicitations using abbreviated (0% to 30%) design documentation. Packages would include elements of site/engineering investigation, architectural programming, and functional/performance specifications. The following services may also be required: facility planning which includes project programming documents, development of requirements, preparation of engineering evaluations, project scope, and unit guidance or parametric cost estimating, development of alternatives and economic analysis; analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues; facility design/construction packages, sustainable design analysis and project implementation, design-build Request for Proposal packages, government collateral equipment lists, project preliminary hazard analysis, obtaining permits and regulatory approvals, comprehensive interior design, review of the contractor?s submittals, field consultation and inspection during construction, Title II Inspection, Operation and Maintenance Support Information (OMSI), and as-built drawing preparation. The initial project for each contract will be determined at a later date. Projects assigned to these contracts may include work in the following specialties: Civil, Structural, Mechanical, Electrical, Fire Protection, Architectural, Interior Design and Landscape Architecture. Phases and/or pre-priced contract options may be included and will be exercised at the discretion of the government for 0 to 35%, 35 to 100% design, and post construction contract award services. Contract award is contingent on availability of funds. Options are normally exercised within several months of completing prior work; however, delays of up to one year are possible. Some projects will require design in the metric system. As part of each contract, an asbestos and/or lead-based paint assessment may be required to determine the presence of hazardous material during removals/demolition or at utility points of connections. Firms must be able to accept work that involves asbestos, lead paint, PCB?s, and other hazardous materials. Work will be prepared utilizing AutoCAD 2000 or higher. Specifications will be prepared using SPECINSTACT program, and cost estimates using the Success estimating program in a Work Breakdown Structures (WBS) system format will be utilized. Selected firm will be required to provide documents in pdf format for posting to a Government web site during solicitation. Firms are advised that 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, facility siting studies, environmental assessments, or request for proposals for Design-Build projects, or other activities that result in identification of project scope and cost. The contract requires that the selected firm have on-line access to email via the Internet for exchange of correspondence/information. SIGNIFICANT EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE. Recent experience of the design team members individually and collectively as a total team (A/E, client, outside agencies) in the type of work required or evidence of similar relevant experience (as described above) and in: a) Performing facility planning studies including 1391 development, developing of requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. Project development will include development of alternatives and economic analysis. b) Analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues. c) Designing and providing construction documents for various facilities, utilities, and site improvements, d) Designing projects to Navy, Air Force or other Department of Defense (DOD) agencies criteria, e) On-site functional analysis and on-site schematics, space programming and budgetary or parametric cost engineering, Functional Analysis Concept Development (FACD) experience. f) Evidence of team experience incorporating sustainable design principles under the U.S. Green Building Council (USGBC) Green Building Rating System. g) Evidence of experience incorporating DOD physical security principles. h) Evidence of prior experience or of the skills needed in the preparation of design/build RFP packages. i) Designs using AutoCAD, SPECSINTACT, and NAVFAC cost estimating j) Evidence of experience of both the firm and key personnel in comprehensive interior design, space planning, systems furniture, knowledge of the federal acquisition process and GSA schedules. k) Specialized experience for at least five Direct Digital Control (DDC) projects greater than 10,000 SF conditioned space constructed within the past five years (provide references), 2. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration and experience) of individual design team members. At a minimum, professional registration is required of one individual in each of the specified disciplines. The team shall include, in addition to the more traditional disciplines, an engineer registered in the discipline of fire protection engineering or a related engineering discipline and include 5 complete years of full time experience dedicated to fire protection engineering since 1998, a registered communications distribution designer (this is a new professional registration), an engineer or architect with a minimum combination of 10 years roofing, waterproofing design and construction experience, a registered landscape architect, and a Leadership in Energy and Environmental Design (LEED) Accredited Professional. 3. 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 work within required time limits. 4. PAST PERFORMANCE: Past performance ratings by government agencies and private industry with respect to work quality, performance, compliance with schedules and cost control. 5. LOCATION: a) Location in the general geographical area of the anticipated projects, b) Knowledge of local site conditions and applicable regulatory requirements, and c) Ability of the firm to ensure timely response to requests for on site support. 6. SUSTAINABLE DESIGN: Demonstrated success in prescribing the use of recovered materials, achieving waste reduction, and energy efficiency in facility designs. Demonstrate project experience with the USGBC Green Building Rating System. 7. SUBCONTRACTOR UTILIZATION: Firms will be evaluated on the extent to which they commit to using Small Businesses, Small Disadvantaged Businesses, Historically Black Colleges and Universities of Minority Institutions in performance of the contract. If the successful firm is a Large Business, they will be asked to provide a preliminary subcontracting plan as part of their interview requirements. Current Naval Facilities Engineering Command small business subcontracting goals measured as a percentage of total subcontracting are as follows: small business 73.7%, small disadvantaged business 15.3%, women owned small business 13.8%, service-disabled veteran owned small business 3%, and HUBZone small business 3.1%. 8. VOLUME: Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order Estimated Start Date: September 2004 There will be no dollar limit per project. The total fee that may be paid under each contract (including the option years) will not exceed $5,000,000 for the entire contract term. The duration of each contract will be for one year from the date of an initial contract award with an option for four additional one-year periods. The minimum guarantee for the entire contract term (including option years) will be satisfied by award of the initial project under each contract. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A/E performance under the subject contract. The NAICS Code is 541310 and the small business size standard classification is $4,000,000. THE PROPOSED CONTRACTS ARE BEING SOLICITED ON AN UNRESTRICTED BASIS; THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL BUSINESS CONCERNS. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DOD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the CCR web site at www.ccr.gov or through the point of contact identified for this procurement. A/E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Forms 254 and 255 to the office shown above. Standard Forms 254 and 255 may be downloaded from the following GSA web site: http://www.gsa.gov/forms Block 10 of the Standard Form 255 will include the following: (1) Summary of how the firm meets the stated evaluation criteria for this contract; (2) Matrix documenting proposed team members specialized experience relevant to the subject contract (IN LEFT HAND COLUMN SHOW: Relevant projects (use number of project assigned in Block 8 of Standard Form 255). ACROSS TOP ROW OF MATRIX SHOW: Role of team member (include consultants) on relevant project i.e., Project Manager, Project Engineer, Architect, etc?); (3) Copies of performance evaluations and/or letters of commendations (as attachments) for office making this submission; (4) List of relevant projects and date design completion scheduled, date design completed, and final cost estimate compared to the contract award amount. Firms must also indicate if they are a subsidiary, and if so, must state if they are normally subject to management decisions, bookkeeping, and policies of their holding or parent company. Also indicate if firm is an incorporating subsidiary that operates under a firm name different from the parent company. The qualification statement should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location. SELECTION INTERVIEW REQUIREMENTS: At the selection interview, the A/E firms slated for interviews must submit a listing of present name and telephone numbers of officers at their financial institutions, and performance references. Slated firms must also submit their Design Quality Assurance Plan (DQAP). This shall include an explanation of their management approach and commitment to accomplishing numerous small projects (<$1M) as well as large projects (>$1M); 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; and performance references (include 3 or more names and telephone numbers of the contract administrator). Firms having a current SF 254 on file with this office and those responding to the announcement by 4:00 p.m. EST on 02 June 2004 will be considered. ALL HAND CARRIED SUBMITTALS MUST BE DEPOSITED IN THE BID BOX WHICH IS LOCATED IN THE LOBBY AT THE ENGINEERING FIELD ACTIVITY NORTHEAST, NAVAL FACILITIES ENGINEERING COMMAND, 10 INDUSTRIAL HIGHWAY, MAIL STOP #82, LESTER, PA, PRIOR TO THE TIME AND DATE SPECIFIED. Submittals delivered by courier SHOULD NOT indicate that signature acknowledging receipt by the Government is required. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING: SUBMITTAL ENCLOSED, REFERENCE NUMBER (N62472-04-D-143*) AND DATE DUE 02 June 2004. *Note: Firm should indicate contract number that they wish to be considered for. Submit separate package for each contract if submitting for consideration on more than one contract. Facsimile responses will not be accepted. Late responses will be handled in accordance with FAR 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids. No material will be returned. Firms responding to this advertisement are requested to submit only ONE COPY of qualification statements for each contract. Respondents may supplement this proposal with graphic material and photographs that best demonstrate capabilities of the team proposed by the project. THIS IS NOT A REQUEST FOR A PROPOSAL.
 
Place of Performance
Address: Engineering Field Activity Northeast, Naval Facilities Engineering Command, 10 Industrial Highway, Mail Stop #82, Lester, PA
Zip Code: 19113-2090
Country: USA
 
Record
SN00577859-W 20040502/040430212606 (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.