Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Facility Condition Assessment Program (FCAP)

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 6506 Hampton Blvd Building N-26, Code AQ22, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-04-R-0204
 
Response Due
8/24/2004
 
Point of Contact
Robin Lamb, Program Assistant, Phone 757-322-8272, Fax 757-322-8285, - Manoo Shivaee, Contract Specialist, Phone 757-322-4155, Fax 757 322-4166,
 
E-Mail Address
robin.lamb@navy.mil, ShivaeeMA@efdlant.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT ARCHITECT ENGINEER QUALIFICATIONS, STANDARD FORM (SF) 330, IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Design or Engineering Services are required for an Indefinite Quantity Contract for Facility Condition Assessment Program (FCAP). Projects can include inspection/assessment of Military and other Federal facilities worldwide utilizing Facility Assessment tools based on Engineering Management System (EMS) principles or conventional inspection/assessment methods in support of the Navy Facility Condition Assessment Program (FCAP); engineering studies; preparation of project documentation; and short/long range maintenance and repair program planning. Although the program is worldwide, the majority of the work in this contract will be within the Continental United States. Taskings will include the following: technical inspections/assessments (specific and general) and multi-discipline engineering studies/evaluations/assessments; and preparation of supporting computer databases as necessary. Firms and personnel may be required to work within classified facilities and be exposed to classified information that will require a "Secret" security clearance. The duration of most taskings will be 6 months or less. All drawings, when required, shall be submitted in an AutoCAD compatible format. The contract requires that the selected firm have an on-line access to E-mail via the Internet for routine exchange of correspondence. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: (1) Specialized Experience: Past experience with regard to conducting facility condition inspections/assessments of primarily U. S. Naval facilities and secondary other DOD worldwide utilizing conventional FCAP Building and Structures and EMS methodology and data collection utilizing existing legacy data collection systems; preparing technical studies, and preparing performance of work statements; knowledge of construction materials and practices of the Region; knowledge of preparation of maintenance management and repair programs; knowledge of the Navy's Shore Facilities Planning System; experience with and knowledge of Desktop Publishing; digital photograph experience; preparation of management plans, and experience in preparation of cost estimate utilizing RS Means (2) Professional qualifications and technical competence of the individual design team members: Active professional registration; experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; and capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands (3) Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating concepts employed, LEED certification awarded, and LEED Certified Professional proposed for this contract (4) Ability to perform the work to schedules and work on multiple taskings concurrently, demonstrated ability to respond to unique situations/requirements concurrently at multiple overseas locations and on short notice, and the ability to improve/support program growth/dynamics. U. S. Military work experience in the following locations: U. S. East Coast, Europe, Middle East, U. S. West Coast, Caribbean, Hawaii, and the Pacific basin. Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period (5) Past Performance: Firms will be evaluated in terms of (with emphasis on projects addressed in evaluation factor number one) cost control techniques employed by the firm as demonstrated by the ability to establish an accurate project budget and work to this budget; and demonstrated long term business relationships and repeat business with Government and/or private customers; and performance awards/letters of recommendations received (6) Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination - list key personnel responsible (7) Firm location and knowledge of the locality of the contract (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) (8) Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts (9) Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 73.7%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.3%, Women-owned Small Business (WOSB) - 13.8%, Veterans Owned Small Businesses (VOSB) - 3%, Services Disabled Veteran Owned Small Businesses (SDVOSB) - 3%, and HUBZone Small Business - 3.1%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The duration of the contract will be for one (1) year from the date of an initial contract award with three (3) additional one (1) year option periods. The total A&E fee that may be paid under this contract (including option years) will not exceed $10,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. 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. There will be no dollar limit per Task Order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is October 2004. This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541330 ($4,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the CCR website: http://www.ccr.gov/. Architect-Engineer firms, which meet the requirements described in this announcement, are invited to submit a completed Standard Form (SF) 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one-sided. As an attachment, provide an organizational chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 23 August 2004. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ22E, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (email, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only one copy of qualification statements. Inquiries concerning this contract should include solicitation number and title.
 
Place of Performance
Address: Various Locations Worldwide
 
Record
SN00629731-W 20040725/040723212701 (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.