Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
SOLICITATION NOTICE

C -- Structural Engineering Services A-E IQ

Notice Date
5/19/2004
 
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-R-3007
 
Response Due
6/23/2004
 
Archive Date
7/8/2004
 
Point of Contact
Anne Garrett, Contract Specialist, Phone 619-532-4261, Fax 619-532-4789,
 
E-Mail Address
anne.garrett@navy.mil
 
Description
DESC 3007: THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-254 AND SF-255 DOCUMENTS IS CONTAINED HEREIN: Submit documentation to Naval Facilities Engineering Command, Southwest Division, 1220 Pacific Highway, San Diego, CA 92132-5190, ATTN: Code 02RC.AG. This is an UNRESTRICTED procurement. Southwest Division is seeking a regional firm-fixed priced indefinite quantity contract for Structural Engineering Services for various projects location within California, Arizona, Nevada, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah. The services will be for the preparation of structural/seismic/blast engineering designs, studies, cost estimates, evaluations, construction contract document preparation, RFP preparation, preparation of 1391 planning documentation and to provide structural support services for new and existing facilities. Incidental Architectural, civil, surveying, mechanical, electrical, geo-technical, fire protection, Cost Estimating, Specification Writing, Environmental Engineering, Anti-terrorism Protection and Seismological services may be required in support of the Structural Engineering Services. The Lead disciplines shall be a registered Structural Engineer. The terms of the contract will be 365 calendar days from the date of contract award, or until the $2,500,000.00 limit is reached. The government has the option to extend this contract for one additional year, for $2,500,000.00, for a not to exceed amount of $5,000,000.00. If the dollar capacity of the previous year is not used, 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 when the option year begins. The minimum guaranteed fee is $5,000.00 for the base year. The A-E fee for any single delivery order shall not exceed $500,000.00. The estimated start date is September 2004. A-E Selection Criteria will include (in order of importance): (1) Professional qualifications of the proposed staff and consultants in the preparation of structural/seismic/blast design for new facilities, the evaluation/renovation/upgrade of existing facilities, the preparation of RFP's for Design/Build contracting and the preparation of 1391 planning documentation. Designs may include structures of all sizes and configurations, such as high bay structures, long span structures, containment vessels (tanks), blast resistant structures including anti-terrorism protection, retaining structures, towers, weight handling equipment, airfield pavements, haz-mat facilities, bridges and marine structures. Knowledge of current Government seismic design criteria is required. This shall include, but not be limited to the International Building Code ? 2000 edition, SEI/ASCE 7-02 - Minimum Design Loads for Buildings and Other Structures, TI809-04 - Seismic Design for Buildings (dated December 1998), UFC 4-010-01 ? DoD Minimum Antiterrorism Standards for Buildings and ICCSSC RP6 ? Standards of Seismic Safety for Existing Federally Owned and Leased Buildings. Licensed Structural Engineers are required for the structural portion of the work. Experience in the use of metric (SI) units is required. Proposals shall demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach, including: energy conservation, pollution prevention, the use of recovered and recycled materials, waste reduction, and construction waste management practices. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. (2) Specialized experience of the firm (including consultants) in the preparation of structural/seismic/blast design of new facilities, the evaluation/renovation/upgrade of existing facilities, the preparation of RFP's for Design/Build contracting and the preparation of 1391 planning documents. Designs may include structures of all sizes and configurations, such as high bay structures, long span structures, containment vessels (tanks) blast resistant structures including antiterrorism protection, retaining structures, towers, weight handling equipment, airfield pavements, haz-mat facilities, bridges and marine structures. Experience in the use of metric (SI) units is required. The firm must have experience with coordination of design disciplines for phased construction, including occupied/occupied buildings and fast track projects. Projects may also require the identification of asbestos and lead-based paint. Do not list more than a total of ten (10) Projects in Block 8 of SF Form 255. Indicate which consultants for the proposed team, if any, participated in the preparation of design documentation for the projects listed. (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. Also indicate specialized equipment available and previous security clearance. (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 effectiveness by listing budget/estimated construction cost, award amount, final design estimate, and construction change order rate for at least five recent projects. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes and how quality of subcontractor work will be assured. Also, list awards, commendations, and other performance evaluation results received within the past 5 years (DO NOT submit any copies). (5) Location in the general geographic area and knowledge of the locality of the projects in the areas stated. (6) List the small disadvantaged, woman-owned business, veteran-owned small business or service-disabled veteran-owned small business concerns or HUBZone small business firms used as primary consultants or as sub-consultants. If a large business is selected, they will be required to submit a subcontracting plan. The following goals represent the percentage of the amount of work to be subcontracted out: At a minimum 24% Small Business, 6% Small Disadvantaged Business, 5% Woman Owned Small Business and 3% Veteran-owned small business and 3% service-disabled veteran-owned small business and 3% HUBZone Small Business. Those firms that meet the requirements described in this announcement and who wish to be considered, must submit one copy each of a SF 254 and SF 255 for the firm and a SF 254 for each sub-consultant listed in block 6 of the firms SF 255. (7) Provide the volume of work previously awarded to the firm by the Department of Defense within the past twelve months. (8) Indicate the Firm?s Sustainable Design Development. Describe the applicability of Sustainable Design, applicable construction, renovation and repair projects that are covered by LEEDS to the fullest extent possible. The principles of sustainable development shall be used as a technical qualification selection factor when evaluating developers. Identify sustainable strategies for each project. (9) 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. Firms that meet the requirements described in this announcement and wish to be considered, must submit one copy each of a SF 254 and a SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firms SF 255. One copy of the submittal package is to be received in this office no later than 3:00 P.M. Pacific Time on the due date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday there after. Submittals received after this date and time will not be considered. Additional information requested of applying firms: Indicate solicitation number in block 2b, Contractor Establishment Code (CEC) and/or Duns number (for the address listed in block 3) and Tax Identification Number (TIN) in block 3, telefax number and email address (if any) in block 3a and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 255's shall not exceed 30 printed pages. Double sided are two pages. Organizational charts and photographs are excluded from the count. Exception: photographs with text will be considered a page. All information must be included on the SF 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). If the requested information is not provided the format directed by this synopsis (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) the firm may be negatively evaluated. Firms, their subsidiaries or affiliates, that 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 255'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 Standard Industrial Code (SIC) is 8711 and the North American Industry Code Standard is Code (NAICS) 541330. The annual size standard is $4 million. Packages should be mailed to Southwest Division, Naval Facilities Engineering Command, Code 02RC: Attn: Anne G. Garrett, 1220 Pacific Highway, Building 127, Room 117, San Diego, CA 92132. For questions regarding this solicitation, please contact Anne Garrett at (619) 532-4261 or email: Anne.Garrett@navy.mil. If you are submitting your package in person, go to Building 127 Security Office and check in. They will send you to the bid box located in Building 127 as you walk in the door, or you can call Anne Garrett to come over to the Security Office and received the proposal in person. The front door to Building 127 is always locked.
 
Place of Performance
Address: Various Locations in California, Arizona, Nevada, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah
Country: USA
 
Record
SN00588577-W 20040521/040519212510 (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.