Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2004 FBO #0977
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Architect-Engineer Services for the preparation of plans and specifications for Soils/Environmental Investigations Projects at Various NAVFAC Pacific Areas.

Notice Date
7/28/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, Code ACQ0262, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-04-R-0009
 
Response Due
8/30/2004
 
Point of Contact
Melvin Yoshimura, Contracting Officer, Phone (808) 474-5406, Fax (808) 474-8908,
 
E-Mail Address
melvin.yoshimura@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is a 100% set-aside for small business concerns. The small business size standard classification is NAICS 541330 ($4.0M in annual receipts). Services include, but are not limited to design and engineering services for geotechnical investigations including subsurface borings, water and soil sampling, field tests, geotechnical laboratory testing, analysis, reports and related work. As part of the site assessment, services may include environmental investigations, surveys, and audits including monitoring well installation, water and soil sampling, environmental laboratory testing, analysis, reports and related work. These services will be in support of facilities to be designed by in-house architect-engineer (A-E) personnel which may involve but are not limited to earth work, pavement, foundations retaining walls, hazardous waste characterization, handling and disposal, solid waste handling and disposal in various NAVFAC Pacific locations. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be of the Indefinite Quantity type where the work will be required on an as needed basis during the life of the contract providing the government and contractor agree on the amount. Each project contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract shall not exceed twelve months or $1,500,000 total fee; whichever comes first. The project limitation is $900,000. The Government guarantees a minimum amount of $10,000. The Government reserves the option to extend the contract for an additional two years. There will be no future synopsis in the event the options included in the contract are exercised. Estimated construction cost for the project is between less than $25,000.00 and $25,000,000.00. Estimated date of contract award is October 2004. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of the firm and staff proposed for design and engineering services for conducting geotechnical investigations: soils and water testing; soil analysis; and consulting work relating to earthwork, pavement, foundation design, environmental investigations, hazardous waste handling and disposal, and solid waste handling and disposal in tropical environments similar to Hawaii and Guam; (2) Specialized recent experience and technical competence of firm or particular staff members in the design and engineering services conducting geotechnical investigations: soils and water testing; soil analysis; and consulting work relating to earthwork, pavement, foundation design, environmental investigations, hazardous waste handling and disposal, and solid waste handling and disposal in tropical environments similar to Hawaii and Guam; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach. (6) A-Es quality control program experience; (7) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (8) Volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. Include a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria on the SF 330, Part 1, Section H. If necessary, continue on plain bond paper. For selection criteria (3) the government will also evaluate each firms past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. 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 (DD1391), facility sitting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and consultants for this contract will be required to perform throughout the contract term. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown on the SF 330, Part 1, Section B8. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. (Note: SF 254 & SF 255 have been discontinued and will no longer be accepted.) The submittal/delivery address is Commander, Code ACQ0262 (A-E Solicitation No. N62742-04-R-0009), Attn: Mailroom (CMP0161), PACNAVFACENGCOM, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. This address is for all deliveries, including US Mail, courier service and/or personal delivery services; no other address is acceptable. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. A-E firms utilized by the prime A-E must also submit a completed Standard Form 330. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. Firms responding to this announcement by Monday, August 30, 2004, will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal.
 
Place of Performance
Address: NAVFAC PACIFIC AREA OF RESPONSIBILITY
Zip Code: 96860
Country: USA
 
Record
SN00632341-W 20040730/040728212741 (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.