Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 21, 2004 FBO #1060
MODIFICATION

C -- Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Fire Protection and Occupational Safety Hazard Services

Notice Date
10/19/2004
 
Notice Type
Modification
 
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-3043
 
Response Due
11/18/2004
 
Archive Date
12/3/2004
 
Point of Contact
vanessa schutt, contract specialist, Phone 6195323779, Fax 6195324789, - Hal Hayes, Contract Specialist, Phone 619-532-1251, Fax 619-532-3358,
 
E-Mail Address
vanessa.schutt@navy.mil, harold.hayes@navy.mil
 
Description
DESCRIPTION: Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Fire Protection and Occupational Safety Hazard Services. Required A/E services are primarily for preparation of design plans and specifications of projects involving Fire Protection and Life Safety issues for various projects, including studies, cost estimates, surveys, investigations, fire risk and hazard analysis, design review, acceptance testing, and shop drawing and equipment submittal review and fire modeling at various Navy and Marine Corps facilities located in the California, Nevada, Arizona, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah areas. Services shall be accomplished in the firm?s office with the exception of field/subsurface investigations and surveys as required at the project site. The maximum contract value may not exceed $5,000,000 aggregate total. The minimum guarantee for the contract shall be $5,000. The maximum value of individual task orders executed under this contract may not exceed $500,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period with four option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. The hourly rates will be negotiated for each calendar (12 month period) year and are independent of which option year is in effect. The government may exercise the option period unilaterally. Per NFAS 17.208-100(c)(1), options for post construction award services may be negotiated on individual task orders for unilateral exercise. Estimated start date for this contract is February 18, 2005. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. This is an unrestricted procurement. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4M. Task orders are primarily for the preparation of design plans and specifications of projects involving Fire Protection and Life Safety issues for various projects, including studies, cost estimates, surveys, investigations, fire risk and hazard analysis, design review, acceptance testing, and shop drawing and equipment submittal review and fire modeling. The work under this contract includes varying levels of effort, but is not limited to, the design of fire protection systems for facility maintenance projects Hazard Abatement Program, client requested projects (CREF), including the preparation of plans and specifications, cost estimates, sketches, and descriptive text, preparation of fire protection engineering studies, Fire Protection Engineering Surveys, reports, fire risk/hazard analysis, fire modeling and engineering documentation, shop drawings and equipment submittals reviews, Fire Protection Assessment Surveys of existing facilities, final inspections and tests of installed Fire Protection Systems. The lead discipline shall be a registered Fire Protection Engineer. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The selection will be based on the following criteria and are in descending order of importance: Criteria 1, Professional Qualifications (SF 330, Section E); Criteria 2, Recent Experience (SF 330, Section F); (The remaining Criteria to be addressed in SF 330, Section H) Criteria 3; Past Performance; Criteria 4; Quality Control; Criteria 5, Capacity; Criteria 6, Sustainable Design and Anti-Terrorism Force Protection; Criteria 7, Location; Criteria 8, Commitment to Small Business Concerns; and Criteria 9, Volume of Work. ` SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. SUBMISSION REQUIREMENTS: The SF 330 is limited to 30 single-sided pages (this restriction does not include Criteria 3 (Past Performance documentation). Minimum font size is 10. Submit the following: a) Two (2) copies of Criteria 3 which shall be provided in separate covers from the SF330; b) Three (3) copies of SF 330 for the prime offeror (SF330 should also include team?s key subconsultants) addressing following selection criteria information; and c) one compact disk copy, in Adobe Acrobat format, of the SF330 being submitted by the firm. SF330, Part I, Section A: Contract Information: In Block 5, list firm?s Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. SF330, Section D: Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key subconsultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) SF 330, Section E: CRITERIA 1, PROFESSIONAL QUALIFICATIONS: Professional qualifications of the proposed team members assigned to this project in fire protection engineering design, studies, surveys, cost estimating, fire risk/hazard analysis, design review, acceptance testing, shop drawing and equipment submittal reviews and fire modeling, demonstrated knowledge and experience in the use of metric system measurements. Submission Requirements: Provide brief resumes of each proposed team member who will specifically perform the major tasks listed above for this project. All Key personnel must be professionally registered in their discipline. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual member?s experience. SF330, Section F, CRITERIA 2, RECENT TEAM EXPERIENCE: Specialized experience of the proposed team members. Submission Requirements: For each firm, provide a maximum of five (5) specific completed projects that best illustrate overall team experience. SF330, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in Section F, provide a maximum of ten (10) projects. SF330, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 8; additional sheets may be used, if required. Clearly identify the Criteria number and title. CRITERIA 3, PAST PERFORMANCE: Past performance with Government agencies and private industry with respect to quality of work. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project provided as experience under Criteria 2 submit: a) If a federal contract, provide a copy of all DD Form 2631s, ?Performance Evaluation ? (Architect ? Engineer)? issued for that contract; b) If not a federal contract, provide facility owner documentation of the firm?s performance issued on that contract. If no documentation exists, so state; c) Provide accessible owner points of contact- name, title, address, telephone number, and fax number; and d) Provide copies of awards and letters of appreciation/commendation. CRITERIA 4, QUALITY CONTROL: Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: a) Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) Describe the prime?s QC program; who is primarily responsible for the QC program, how does the prime firm ensure quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team?s QC processes for checking and verifying plans and specifications for errors, omissions and quality, documenting design decisions, and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the government?s effort to QA the A/E?s work product for errors, omissions, and quality. CRITERIA 5, CAPACITY: Capacity to accomplish the work in the required time. Submission Requirement: Describe firm?s capacity to accomplish work in required time frames. Indicate the firm?s present workload and the availability of the project team (including consultants) for the specified contract performance period. Indicate specialized equipment available. Indicate the firm?s and key personnel prior security clearances. CRITERIA 6, SUSTAINABLE DESIGN AND ANTI-TERRORISM FORCE PROTECTION: Demonstrated success and knowledge in sustainable design and anti-terrorism force protection. Submission Requirements: Describe the team?s experience in sustainable design, use of the U.S. Green Building Council LEED System including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team, and familiarity with use of recovered materials on construction contracts per FAR 52.223-9. Describe 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. CRITERIA 7, LOCATION: Firm?s demonstrated knowledge of the general geographical areas in which projects could be located. Firm?s location of main offices, branch offices, and sub consultants offices, The Firm?s ability to perform work in the geographical area. Submission Requirements: Describe and illustrate the team?s knowledge and availability to work in the geographical area. CRITERIA 8, COMMITMENT TO SMALL BUSINESS CONCERNS(Large business firms only) (SEPARATE FOLDER): Use of small business concerns as subconsultants. Submission Requirement: Demonstrate commitment and use of small business concerns as subconsultants on this contract. Provide a chart with each small business category, identify the proposed names of the small businesses, and the dollar amount and subcontracting percentage the prime anticipates subcontracting to each firm. Additionally, provide a brief narrative as to how your firm will meet the following small business subcontracting goals: Small Business (SB)?27%; Small Disadvantaged Business?5%; Women-Owned SB?5%; HUBZone SB-3%; Service-Disabled Veteran-Owned SB?3%; Veteran-Owned SB?3%; andNOTE: If a large business firm is selected for award, an acceptable subcontracting plan that reflects a minimum of subcontracting goals stated above must be submitted before price negotiations begin for contact award. CRITERIA 8, VOLUME OF WORK. Volume of DOD work awarded to firm in past 12 months with objective of equitably distributing contracts among firms, including minority owned firms and firms without prior DOD contracts. Submission Requirement: Provide a list of DOD contracts awarded in the last 12 months. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain management and the Firms abilities. Elaborate presentations are not desired. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, and the Criteria 8 folder (cover letter, attachments and excess number of pages will be excluded from the evaluation process). Per DFAR 252.204.7004, firms must be registered with Central Contractor Registration prior to contract award. Registration information is available at their website, http://www.ccr.gov. Those firms that meet the requirements in this announcement and wish to be considered must submit the SF330 per Submission Requirements above, to: SOUTHWEST DIVISION, NAVAL FACILITIES ENGINEERING COMMAND, Code AQ2.VS, 1220 Pacific Highway, Attn: Vanessa Schutt, San Diego, CA 92132-5187, no later than 2:00 p.m. local time, PST, on November 18, 2004. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. Facsimile submittals will not be accepted. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to 45 days after the submittal due date. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror?s responsibility to check the NAVFAC electronic solicitation website at: http://esol.navfac.navy.mil for any revisions to this announcement or other notices. Plan-holder list available is via the ESOL website under this solicitation number. E-mail address for inquiries is: vanessa.schutt@navy.mil.*** END OF ANNOUNCEMENT ***
 
Place of Performance
Address: Various Navy and Marine Corps facilities located in the California, Nevada, Arizona, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah areas.
 
Record
SN00696044-W 20041021/041019211955 (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.