Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2004 FBO #1056
MODIFICATION

C -- Sources Sought for the Indefinite Quantity Solicitation for A-E Services at Shaw Air Force Base, Sumter, SC

Notice Date
10/15/2004
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, 2155 Eagle Drive, North Charleston, SC, 29406
 
ZIP Code
29406
 
Solicitation Number
N62467-04-R-0204
 
Response Due
10/25/2004
 
Small Business Set-Aside
Total Small Business
 
Description
This modification is issued to replace the Original Sources Sought Notice to Solicitation Number N62467-04-R-0204 with a corrected and/or revised Sources Sought Notice. The Original Sources Sought Notice was posted on October 13, 2004. The response date has not been changed. The proposed contract listed herein is being considered for 100% 8 (a), HUBZone or Small Business Set-Aside or Service Disabled Veteran-Owned Small Business. All interested 8 (a), HUBZone, Small Business Set-Aside, or Service Disabled Veteran-Owned Small Business concerns will notify this office electronically to Robert.Rivers@navy.mil of their intention to submit the required information listed below by 25 October 2004. Solicitation N62467-04-R-0204, Sources sought for the Indefinite Quantity Solicitation for A-E services at Shaw Air Force Base, Sumter, SC. NOTE 8 (a), HUBZone and small business firms: At least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. This electronic notification submittal must include (1) the name of the firm; (2) evidence of capacity to perform the requirements and capacity of firm to manage several projects at one time; (3) Knowledge of Department of Defense (DoD) regulations to include recent experience (within the past 3 years) of firm members, individually and collectively, as a total in performing A-E services. This work includes providing A-E services for projects and services at Shaw AFB Sumter, SC. The firm/team may also, on occasion, be tasked to provide the services described herein at Government activities within the SOUTHNAVFACENGCOM area of responsibility (AOR). These actions will be decided on a case- by-case basis as approved by the contracting officer. It is anticipated that most work will be at Shaw Air Force Base. The work requires architectural and engineering services necessary for the preparation of plans (AutoCAD, latest release, compatible format), specifications (using SPECSINTACT System), and cost estimates (using a government provided Work Breakdown Structures (WBS) system format using the ?Success" program) for repairs, alterations, and/or new construction for projects typically occurring on Air Force Bases. The work also requires the preparation of planning studies that identify project requirements, address facility sitting and environmental concerns, and include an estimate of project costs. In addition, this work will require 3D animations in a digitized (CD) format including aerials, building exteriors and interiors. The work will be at Shaw Air Force Base, naval facilities and/or other air force bases located within the contract area stated above. In addition to the preparation of conventional plans and specifications, the work may require the preparation of the technical portion of design-build Request-for-Proposals (RFPs). Selected firm will NOT be eligible to propose on design-build task orders for which the firm or any of the firm's consultants has assisted the government in the preparation of the design-build RFP. The projects associated with this contract shall involve any combination of the architectural, civil/structural, mechanical and electrical engineering disciplines. Each firm/team must have experience in the following areas: ANTI-TERRORISM/FORCE PROTECTION - Work will include evaluation and implementation of current Anti-terrorism and Force Protection (ATFP) criteria. Each discipline must have experience in incorporating Department of Defense AT/FP requirements into design and construction packages. ARCHITECTURAL -demolition, asbestos abatement, lead assessment and abatement, roofing systems, building structures, interior and exterior features and finishes, landscape design, architectural programming, graphic presentation (including photography and renderings) and physical planning. CIVIL/STRUCTURAL- demolition and site preparation, industrial and sanitary waste water collection systems, water treatment and distribution systems, storm drainage systems, soils grading and associated work, roads, parking lots, fencing, playgrounds and associated type facilities, building cladding and framing systems, building foundation systems, structures and foundations for towers, platforms, catwalks, tanks, manhole, utility support systems and other such similar buildings, aircraft pavements, geotechnical studies/testing and associated work, topographic and boundary surveys. MECHANICAL- heating, ventilation, and air conditioning systems; industrial ventilation; energy analysis; control systems; steam and hot water boilers and converters; chilled and hot water distribution; compressed air and vacuum systems; engine generator installations and other such mechanical systems. ELECTRICAL -fire suppression and protection systems, interior and exterior electrical distribution systems up to 26.4 KV, transformers, substations, interior and exterior lighting systems, voice and data communication systems, airfield lighting, intrusion detection systems and similar type electrical work. LEADERSHIP IN ENERGY & ENVIRONMENTAL DESIGN (LEED) ? Work will include evaluation and implementation of the U.S. Green Building Council (USGBC) LEED criteria into the design and construction packages. The A-E firm must demonstrate projects that have obtained LEED certification from the USGBC. Each discipline must demonstrate experience in projects capable of obtaining LEED certifications in accordance with the USGBC criteria. GEODETIC CONTROL SURVEYS ? Work will include that all designs will include horizontal and vertical control surveys for the precise locations of primary survey points for planning, engineering, construction, real estate projects, GIS applications, or facility management. Design of these facilities will include all related mechanical and electrical utilities for roads, parking lots, concrete pavement, sidewalks and general site improvements. The on-site data gathering and on-site schematic development processes may be used on these projects. Respondents should demonstrate their past performance and familiarity with this process through the use of in-house staff or outside consultants. Identify each team member's experience with respect to interactive conceptual design teams. In addition to services related to design, the following services may be required during the life of the contract: technical reports, studies, surveys, review of shop drawings, construction consultation and construction inspection services, Title II inspection services, preparation of Operations/Maintenance manuals, and construction record drawing preparation. The existence of asbestos, lead paint or other hazardous materials affecting construction or required demolition in various project areas is possible. The A-E may be required to conduct comprehensive asbestos and lead paint surveys and provide designs, which will provide for the removal and disposal of these hazardous materials in accordance with applicable laws and regulations. Firms unable to accept work that involves asbestos/lead paint need not apply. This contract may use pre-negotiated agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. The Government reserves the option to extend the contract for four additional years (twelve months for each year or less than twelve months in the option years. There will be no future synopsis in the event the options included in the contract are exercised. The anticipated value of this contract is $10,000,000. The Government guarantees a minimum amount of $12,000 for the base year paid only once for the life of the contract. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the A-E firms: 1. PROFESSIONAL QUALIFICATIONS: a} Technical competence of the firm's design team members to design similar repair, alterations and new construction projects; b} Experience in and knowledge of multi-discipline design projects; c} Experience in Air Force design of operational, administrative and aircraft support facility design, including runways, parking aprons and associated support services; d) Knowledge of current ATFP requirements; e) Experience in Air Force dormitory design; f) Knowledge of DOD regulations through recent design experience; g) Professional registration of each discipline's lead engineer; h} An engineer registered in the discipline of fire protection with at least 5 years of full-time fire protection experience; i) A registered communications distribution designer; (RCCD) with experience in secure communications systems; j) An engineer or architect with at least 10 years of roofing and waterproofing design experience and who is either a registered roofing consultant (RRC) who is certified by the Roof Consultant Institute (RCI) or is a certified roofing consultant (CRC) who is certified by the Roofing Waterproofing (RWC); k) An interior designer registered by any of the following: National Council of Interior Design Qualifications (NCIDQ), professional member of the American Society of Interior Design (ASID), state registered, state licensed or is a registered architect who has 5 years experience in the practice of interior design; 1) Professional registration of the project manager/lead architect (as a minimum as a ?LEED ?Accredited Professional? with the USGBC. It is strongly encouraged that all disciplines have at least one LEED Accredited Professional on the design team. 2. SPECIALIZED EXPERIENCE: a) Recent multi-discipline experience (within the past 5 years) of the proposed design team in the design of repair, alteration and new construction projects involving Air Force operational, administrative and aircraft support facilities, including administration buildings, warehouses, maintenance facilities, hangars, runways, parking aprons, airfield lighting, and associated support services; b) Experience in Air Force dormitory design; c) Experience in design-build procurements, specifically in the preparation of design-build RFPs and post construction contract award services on similar projects to ensure design and construction quality; d) Evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, pre- wired workstation specification and design, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations; e) Experience by the lead architect/project manager in the design of projects capable of obtaining LEED certification in accordance with the USGBC criteria. Demonstrate this experience by identifying projects managed by the lead architect/project manager that have obtained LEED certification from the USGBC. This experience must be demonstrated by the A-E firm?s lead architect or project manager; not through a consulting arrangement; f) Experience in the production of 3D animations in a digitized (CD) format including aerials, building exteriors and interiors; and g) Experience in preparing packages for design awards including professional photography will be required as most of the projects are anticipated to be submitted for competition in the Air Force Design Awards Program. 3. PERFORMANCE: Past performance on contracts with the Department of the Defense and private industry with respect to cost control, quality of work and compliance with performance schedules. 4. CAPACITY: (a) Capacity of the firm and proposed design team to perform multiple projects concurrently; and (b) Ability of the firm to sustain the loss of key personnel while accomplishing work within required time limits. 5. LOCATION: (a) Knowledge of probable site conditions; b) Knowledge of regulatory requirements that would affect projects; (c) It is preferred that key personnel have experience in the Shaw area, and (d) Geographic location of the firm to ensure timely response to requests for on-site support. 6. VOLUME OF DOD WORK: Firm will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: If the requirement is issued unrestricted then any firm that is selected will be required to submit a subcontracting plan before price negotiations begin for contract award. Large business firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, service disabled veteran-owned small business, HUB Zone small business, small disadvantaged businesses, and woman-owned small business concerns as consultants in performance of this contract. The current subcontracting goals established for these contracts is 73.7% for small businesses, 15.3% for small disadvantaged businesses, 13.8% for woman-owned businesses, 3.1 % HUB Zone businesses 3% for FYO3 and beyond, 3% for veteran-owned businesses, and 3% for service disabled veteran-owned business concerns. If adequate interest is not received from 8 (a) concerns, consideration will then be given to setting the requirement aside for HUBZone concerns. If adequate interest is not received from HUBZone concerns, considerations will then be given to setting the requirement aside for Small Business concerns. Also, if adequate interest I received from 8 (a) and HUBZone concerns, it is the Contracting Officer?s determination on how this will be set-aside per Small Business Administration guidelines. If adequate interest is not received from Small Business concerns, then the requirement will be issued unrestricted as N62467-04-R-0204 Indefinite quantity solicitation for A-E services within Southern Division area of responsibility. THE REQUIREMENT FOR THE SF330, etc. LISTED BELOW ARE NOT REQUIRED TO BE SUBMITTED AT THIS TIME FOR THE SET-ASIDE DETERMINATION, BUT WILL BE REQUIRED FOR SLATE/SELECTION DETERMINATION. THE FOLLOWING INFORMATION WILL BE REQUIRED AT A LATER DATE. SELECTION INTERVIEW REQUIREMENTS: Prior to the selection interview, A-E firms must submit their Design Quality Assurance Plan (DQAP). This shall include an explanation of their management approach and commitment to a quality philosophy, specific quality control process, a portfolio of design studies (both new construction and upgrades to existing facilities), a listing of present business commitments with their required completion schedules financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references other than Southern Division, Naval Facilities Engineering Command {include 3 or more with names and telephone numbers of the contract administrators}. In order to assist the committee to more efficiently review all applications, A SUMMARY OF EXPERIENCE AS SPECIFICALLY DEFINED IN CRITERIA 1 AND 2 (EXPERIENCE AND QUALIFICATIONS AND PROPOSED TEAM STAFFING AND DEPTH OF ADDITIONAL STAFF SUPPORT) IS REQUESTED AS PART OF OR IN ADDITION TO THE SF 330 AS FOLLOWS: 1. Summarize in descending order of significance, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information where applicable: a) list the currently proposed team members who worked on the projects; and b) an owner point of contact with telephone number; 2. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c} if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration and date; f) assigned team responsibility; g) years with current firm, years with other firms; and h) percent of time committed to this team. 3. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in, the event of loss of key personnel or failure to maintain schedules. For consideration, provide one (UNBOUND) SF 330 for each consultant proposed. The SF 330 with attachments shall be limited to 25 pages (8.5 X 11", one sided), with print size not less than 12-pitch font. Every page that is not a SF 330 will be included in the 25-page count. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on TUESDAY, 22 NOVEMBER 2004. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF 330s already on file will be used. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Include telefax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Code, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541310 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 04-R-0204". This is not a request for proposal. Site visits will not be arranged during advertisement period. Express mail address is: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 Surface mail address is: Commander, Southern Division, Naval Facilities Engineering Command, P.O. Box 190010, North Charleston, SC 29419-9010. ADDRESS ALL RESPONSES TO ATTN: CODE ACQ21RR.
 
Place of Performance
Address: Shaw Air Force Base, Sumter, SC
 
Record
SN00694938-W 20041017/041015212001 (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.