Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2004 FBO #1091
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS CIVIL/STRUCTURAL DESIGN & ENGINEERING SERVICES WITH ASSOCIATED MULTI-DISCIPLINAL ARCH/ENGR SUPPORT SERVICES, VARIOUS LOCATIONS, NAVFAC WASHINGTON

Notice Date
11/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-05-R-0403
 
Response Due
12/17/2004
 
Archive Date
12/18/2004
 
Description
This project is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) code is 541330. The size standard is $4 million. Work associated with this Indefinite Quantity Contract (IDQ) for Miscellaneous Civil and Structural Design & Engineering Services with associated multi-disciplinal architectural and engineering support services includes various investigations, studies and the preparation of construction documents via the Design-Bid-Build (full plans and specifications) and Design-Build methods ready for bidding at various locations in the Naval Facilities Engineering Command (NAVFAC) Washington region ? Washington DC, VA and MD. The type of work will be primarily civil or structural in nature. Work will be associated with repairs, renovations, alterations, new construction of facilities and site improvements. Work may also include, but not be limited to, the following; preparation of studies and technical reports, conducting engineering investigations, project programming, concept studies; Project Cost Engineering (PCE) documentation; preparation of preliminary and final designs; and construction cost estimates. These may be required at any time up to final acceptance of all work associated with each delivery order. Potential civil engineering projects include general paving, roadway and minor airfield projects; security and standard fencing; site utilities; surveying, storage tanks (above ground and underground), building and general site improvements and development, landscaping, storm water management and erosion and sediment control plans/reports; and water and sewage treatment plants (repairs/rehabs/additions). All AE contractor applicants should be currently qualified by the Plan Review Division, Water Management Administration of the Maryland Department of Environment to perform expedited erosion and sediment control and stormwater management plan reviews under the direction of state personnel. If the AE contractor does not currently have personnel who are already credentialed to perform such reviews, the AE contractor shall coordinate with the Plan Review Division, Water Management Administration of the Maryland Department of Environment to obtain the appropriate credentials. These credentials must be attained prior to contract award. Potential structural engineering projects include facility structures, foundations, bridges, and piers. Other architectural and engineering work may be required to support the civil and structural work. Work may include pest damage analyses. Familiarity with Force Protection requirements is required. Familiarity with Sustainable Design through an integrated design approach is required. Interior design services are required - familiarity with mandatory sources of procurement, i.e., Federal prison Industries (FPI), GSA schedules, etc. is required. Familiarity with the metric system of measurement is required. The possibility of hazardous materials, i.e., asbestos, lead, lead paint, PCB?s, petroleum containing soil, etc. may exist at various project sites. If these materials or other similar types of material are encountered, the A/E Contractor may be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction documents in accordance with applicable rules and regulations pertaining to such materials. All hazardous materials licenses and/or accreditations necessary for the locality of the project site are required by the A/E firm or their subcontractors. The general intention is to provide for such design and engineering services as necessary to support the procurement of these contacts. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, programming of client requirements, surveys, assistance in source selection technical panel reviews (Design Evaluations Teams), construction consultation and inspection, Title II, preparation of construction record drawings, and O&M manuals, may be required at any time up to final acceptance of all work. The selected A/E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 10 days after receiving notification. In addition, the selected A/E contractor will be required to participate in an orientation and site visit meeting (when requested) within five days of notification for each project and provide each fee proposal within ten days after receiving the Request for Proposal and Scope of Work. Service for each project will be a firm fixed price A/E contract. The duration of the contract will be for the period of 5 years. Engineering and architectural services for these contracts will be subject to the availability of funds. The total contract amount for the contract will not exceed $5 million. The estimated start is February 2005. The Architectural and Engineering firms shall respond directly to each of the selection criteria shown below. Selection evaluation criteria are included in relative order of importance. 1.a. Specialized experience and professional qualifications of the firm, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete Civil & Structural design and engineering services with multi-disciplinal architectural and engineering support services for the design methods and requirements described herein; b. Qualifications to meet the requirements of the Plan Review Division, Water Management Administration of the Maryland Department of Environment in order to be able to perform expedited Erosion & Sediment controls and Stormwater Management reviews as described herein; c. Knowledge and demonstrated experiences in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach; 2.a. Demonstrated capabilities in accomplishment of work within established time limits for multiple and simultaneous delivery orders; b. Status of the firm's and project team's present workload; 3. Past performance and process of the prime A/E firm (and their subcontractors) in their quality control/quality assurance program to assure coordinated technically accurate plans, specifications, and construction cost estimates; 4. Preferences: a. Preference will be given to firms with the demonstrated capability of using CAD, SPECSINTACT, and the SUCCESS & Means cost estimating systems; b. Preference will be given to engineering firms that have employees that are licensed professional engineers in Maryland, Washington, D.C. and Virginia; c. Preference will be given to firms within a 100 mile radius of NAVFAC Washington, Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firm, given the nature and size of the projects. Each firm's past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms that meet the requirements listed in this announcement are invited to submit one copy of the completed Standard Forms (SF) 330, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. Interested firms are requested to include telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) and their A/E Contractor Appraisal Support System (ACASS) number. The A/E firm's primary person proposed to be the direct contact with NAVFAC Washington throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments will not be included in the official selection review process. Submit the SF 330 to the mailroom in the NAVFAC Washington building, Building 212, by 3:30 p.m. on the established due date. Fax and electronic copies of the SF 330 will not be accepted. This is not a request for proposal. Because this contract could eventually result in an award over $500,000.00, a subcontracting plan will be required by large business concerns. The small disadvantaged business goal in that subcontracting plan shall not be less than 5% of the subcontracted work. This goal of not less than 5% also applies to women-owned small business concerns. A subcontracting plan is not required from firms classified as a small business. Effective 1 October 1997, A/E contractors are now required to register their firms in the Central Contractor Registration database prior to receiving a contract award. This database provides basic business information, capabilities, and financial information to the Government and complies with the Debt Collection Improvement Act of 1996, which requires Federal agencies to have the Taxpayer Identification Number of every contractor and to pay every contractor through electronic funds transfer. A/E contractors will only have to provide this information once with annual updates or as key company information changes occur. Registration can be accomplished through the World Wide Web at http//www.acq.mil/ec; through any DOD Certified Value Added Network; or a paper may be obtained by calling the DOD Electronic Commerce Information Center at 1-800-334-3414. Contracting Officer, Naval Facilities Engineering Command, NAVFAC Washington (Attn: Linda Francis-Ford, Gold Team Acquisition), Washington Navy Yard, Building 212, 1314 Harwood St., SE, Washington Navy Yard, DC 20374-5018.
 
Place of Performance
Address: 1314 Harwood Street, Bldg. 212, Washington Navy Yard, Washington, DC
Zip Code: 20374-5018
 
Record
SN00710962-W 20041121/041119212046 (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.