Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOLICITATION NOTICE

C -- IQ A/E FACILITIES PLANNING AND ENVIRONMENTAL PLANNING SERVICES FOR WESTERN UNITED STATES

Notice Date
5/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-D-3032
 
Response Due
6/15/2004
 
Archive Date
6/30/2004
 
Point of Contact
vanessa schutt, contract specialist, Phone 6195323779, Fax 6195324789, - Anne Garrett, Contract Specialist, Phone 619-532-4261, Fax 619-532-4789,
 
E-Mail Address
vanessa.schutt@navy.mil, garrettag@efdsw.navfac.navy.mil
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254s and SF255s WILL NOT BE CONSIDERED. This procurement is unrestricted. This contract is a Firm Fixed Price for Regional Indefinite Quantity Architectural Engineering Services. These services will be for Facilities Planning and Environmental Planning for various projects located within California, Arizona, Nevada, and New Mexico for Southwest Division, Naval Facilities Engineering Command, San Diego, California. The preponderance of the work will be located within California, Arizona, Nevada, and New Mexico, but there is the possibility of work being located anywhere in the United States, including Alaska and Hawaii, when that work comes under the responsibility of Southwest Division, Naval Facilities Engineering command, San Diego, California. The terms of the contract will cover a period of not to exceed 365 days from the date of contract award or until a $1,000,000 limitation is reached. The Government has the option to extend this contract for four additional 365 day periods or until an additional $4,000,000 is reached. The maximum amount of the contract is $5,000,000 or five (5) years depending on which threshold is reached first. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following year option (if exercised). The hourly rates will be negotiated for each calendar year and are independent of which option year is in effect. The maximum individual task order amount may not exceed $1,000,000. The minimum guaranteed amount is $5,000. The estimated start date is September 2004. Selection criteria will include (in order of importance); (1) Professional qualifications and recent specialized experience of the proposed staff and the firm?s consultants to be assigned to this contract in the preparation of Navy and Marine Corps facilities planning and environmental planning documentation including: Base Development Plans/Master Plans; Regional Planning Studies (i.e. RSIP); Military Construction (MILCON) Planning Documentation including input into the web based, Electronic Project Generator (EPG); Special Projects Planning Documentation; Preliminary and Parametric Cost Estimates (PCE); Economic Analyses (EAs), using latest version of ECONPACK software; Basic Facilities Requirements (BFR) and Total Facilities Requirements (TFR) Documentation; Base Exterior Architecture Plans (BEAP); Activity General Information (AGI) Documentation; Installation Readiness Reporting System (IRRS); National Environmental Policy Act (NEPA) documents, including Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS); Environmental Baseline Surveys (EBS); Facilities Planning Documents (FPD); Facilities Requirements Plans (FRP); Engineering Evaluations (EE); Capital Improvement Plans (CIP); Concept Studies; Special Planning Studies; Traffic, Parking, and Movement (Pedestrian & Vehicular) Studies; Siting-Land Use Studies/Analyses; Maintenance and Sustainment Plans; Energy Conservation Plans; Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL); Visioning and Scenario Planning; Activity Planning and Management Models (APMM); Air Installation Compatible Use Zones (AICUZ) ; Range Installation Compatible Use Zones (RAICUZ); Family Housing and Bachelor Quarters Comprehensive Neighborhood Plans (CNP); Environmental planning documentation including, but is not limited to historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. Only the team members who will actually perform major tasks under this project shall be listed. Qualifications should reflect the individual?s potential contributions on this contract. (2) Recent specialized experience of the firm in the preparation of Navy and Marine Corps facilities planning and environmental planning documentation listed in evaluation factor (1). (3) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and prior security clearances. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate by briefly describing internal quality assurance, and cost control procedures and indicate team members who are responsible for monitoring these processes. List recent awards, commendations, and other performance evaluations (do not submit copies). (5) Location in the general geographic area and knowledge of the locality of the projects of Navy and Marine Corps bases in California, Arizona, Nevada, and New Mexico. (6) List the small or disadvantaged or woman-owned business firms used as primary consultants or as subconsultants. If a large business concern is selected for this contract, they will be required to submit a subcontracting plan that should reflect a minimum of 5% to small business, 5% to disadvantaged business, 5% to woman-owned small business, 3% to HUBZONE, 3% to Veteran-owned small business, and 3% Disabled Veteran-owned small business. (7) Special Considerations: Anti-Terrorism Force Protection, familiarity with anti-terrorism/force protection criteria for the safety of personnel in military facilities and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse, and the design of physical security equipment. Sustainability, show experience in sustainable design. (8) Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Indicate Block H, the total dollar value of contracts awarded to your firm by DOD in the last 12 months. One (1) electronic copy on CD and one (1) hard copy of the submittal package is to be received in this office no later than 2:00 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 330's shall not exceed 30 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 330 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 330's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The North America Industry classification System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million. Packages should be sent to Naval Facilities Engineering Command, Southwest Division, Code; 02R3.SC, Attn: Suzanne Cantin, 1220 Pacific Highway, San Diego, CA 92132.
 
Place of Performance
Address: San Diego, CA
Zip Code: 92132
Country: UNITED STATES
 
Record
SN00584032-W 20040513/040511212447 (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.