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 ARCHITECT-ENGINEER CONTRACT FOR VARIOUS PROJECTS IN NORTHERN AND CENTRAL CALIFORNIA, NEVADA AND UTAH

Notice Date
11/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Southwest Division, IPT West, 2001 Junipero Serra Blvd. Suite 600, Daly City, CA, 94014-1976
 
ZIP Code
94014-1976
 
Solicitation Number
N68711-05-R-7005
 
Response Due
12/20/2004
 
Archive Date
3/30/2005
 
Description
INDEFINITE QUANTITY ARCHITECT-ENGINEER CONTRACT FOR VARIOUS PROJECTS IN NORTHERN AND CENTRAL CALIFORNIA, NEVADA AND UTAH? THERE IS NO RFP PACKAGE TO DOWNLOAD, HOWEVER, STANDARD FORM (SF) 330 (ARCHITECT-ENGINEER QUALIFICATIONS) WILL BE AVAILABLE ELECTRONICALLY VIA THE INTERNET AT HTTP://ESOL.NAVFAC.NAVY.MIL. ALL INFORMATION NEEDED FOR SUBMISSION IS CONTAINED IN SF 330 AND AS DESCRIBED HEREIN. This solicitation is issued ?unrestricted? for an Indefinite Quantity Firm Fixed Price Contract. NAICS Code for this procurement is 54131 and the annual size standard is $4,000,000.00. Two firms may be selected from the responses received from this synopsis. Architectural-engineering services required are primarily architectural in nature but a strong full service team is required. Special emphasis is placed on the capabilities of the structural (seismic design, high-bay facilities, and progressive collapse), ATFP, civil, mechanical, fire protection, and electrical team members. Contract term will be for a Base term with options to extend for four (4) additional performance periods. Each performance period will run 365 calendar days from date of award/exercise of option or until the maximum limit is reached, whichever occurs first. The maximum fee limit may not exceed $2,000,000 for the first year, and $l, 500,000 per each additional performance period. Multiple task orders may be awarded with similar delivery schedules requiring the selected firm to provide services with overlapping work/delivery dates. A minimum of $25,000 is guaranteed for the initial performance period and for each option period if no work is ordered after contract/option award. Specific projects will be identified at a later date. The major locations served by this contract will be Naval Air Station Lemoore, Naval Air Station Fallon, Travis Air Force Base and Naval Post-graduate School Monterey. Notice: If the selected firm prepares the statement of owner?s requirements for Design/Build procurements, the firm is prohibited from competing during the subsequent design/construction procurement. Primary work will be in two areas: (1) assessment reports of existing military facilities and infrastructure (2) development of requirements documents and feasibilities studies (3) development of Design/Build RFPs for repair and renovation of existing facilities and/or the construction of new facilities (including estimation of cost) and (4) development of 100% plans and specifications for repair and renovation of existing facilities and/or the construction of new facilities (including estimation of cost). Facilities addressed will range from small/limited scope renovations to renovations of large complex structures such as classroom/lab facilities, administration buildings, aircraft operations support facilities, airfields, and troop housing. New construction requirements may address a wide range of facilities as well. Additional services which may be required by this contract include estimation of probable construction cost using the required SUCCESS software (both budget level and detailed), preparation of feasibility studies including economic analyses, preparation of various engineering studies supporting the budget process or design phase, inspection of existing conditions, provision of professional recommendation regarding the best avenue to pursue for renovation work to preserve and extend the life of existing assets, seismic analyses of existing structures, historic preservation, LEEDS analysis, energy consumption analyses, provision of advice on how to design and construct facilities in a manner that minimizes the consumption of energy, inspection of facilities to identify the presence and scope of hazardous materials (primarily asbestos and lead based paint), preparation of documents defining existing conditions, preparation of topographic surveys, accomplishment of sub-surface investigations, preparation of utility studies, provision of advice regarding the design and construction of facilities that support the Government?s sustainable design goals, the provision of planning services, provision of interior design services, provision of construction support services, and participation in coordination efforts with the State Historical Preservation Office. Estimated start date for this contract is March 2005. The selection of the firm for this contract will be based on the following criteria. Numbers (1), (2), (3) and (4) are of equal importance and the others are shown in descending order of importance. (1) Recent experience of the proposed team: defined as work undertaken in the past five years. The following areas of experience are emphasized, but the evaluation is not limited to these. a) Specialized experience of the proposed team in the provision of the services listed above in the contract scope. Specific experience in preparing design-build RFP statements of work; specific experience in undertaking facility renovation projects of varying sizes (estimated construction cost in the range of $50,000 to $40,000,000 (majority of projects range in size from $3,000,000 to $6,000,000); specific experience in providing facilities that minimize energy consumption is especially valued. b) Experience of the mechanical and electrical team members in providing facilities that minimize energy consumption, and facility renovation work (2) Professional qualifications of the proposed team, including all proposed consultants. (3) Past performance of the firm during contracts with government agencies and/or private industry with respect to cost control, quality of work, and compliance with performance schedules. Demonstrated long-term Government or private business relationships, repeat business on related efforts and construction support are valued. (4) Quality: The demonstrated success of the quality control program used by the firm to ensure the provision of quality products. (5) Capacity: The ability of the firm to accomplish contemplated work within a reasonable minimum time limit as demonstrated by the team?s history of successfully completing projects in compliance with performance schedules and providing timely construction support. Of primary concern is the team?s ability to deliver work on multiple overlapping task orders. Evidence of successful completion of past projects with concurrent time frames and the ability to manage four (4 ) concurrent projects (two (2) 100% plans and specifications and two (2) Design/Build RFPs). (6) Location: The location of the firm and its proposed project team in the general geographical area of the contract and the firm?s demonstrated knowledge of the contract areas as reflected in experience with selection of appropriate construction materials, knowledge of conditions affecting project costs and bidding climate. (7) Sustainable Design: Demonstrated success in designing or establishing minimum requirements for facilities that maximize energy efficiency through an integrated design concept. Experience in prescribing the use of recovered materials and achieving waste reduction in facility design will also be considered. (8) Volume of work previously awarded by DOD in the past 12 months to the firm with the objective of effecting equitable distribution of contracts among qualified architect-engineer firms including minority owned firms and firms that have not had prior DOD contracts. (9) Commitment to Small Business Concerns. Those firms that meet the requirements described in this announcement and wish to be considered, must submit an original and two copies of a SF 330 for the prime and all consultants proposed. Submit the following information. SUBMITTAL REQUIREMENTS FOR: FACTOR 1 AND FACTOR 2 Identify the proposed team(s) including alternate members, if necessary, including the cost estimator and the person(s) preparing the specifications. Provide information in matrix format with rows listing team member names and proposed assignments. For each team member listed provide firm name and location, location of professional registration including license number, number of years of professional experience, number of years with current firm, highest education level and area of concentration (i.e. BS mechanical engineering) and percent of time to be spent on this team (estimated). For project managers and team leaders, in addition to resume information, provide the number of teams they have managed over the past three years. Describe scope of the team leader assignment. In a second matrix form, identify the work performed by team members that best illustrates experience relevant to this contract scope and the specific issues addressed in the factor. Include only projects for which construction started during December 1999 to present. Provide project title, location, identify how the project is relevant to the issues identified in the factor, identify the team member who participated in the cited project and the nature of their responsibility, dollar value of the work for which the team member was responsible, total project cost, date of construction completion, owner?s point of contact (name, title, current phone number or e-mail address. For proposed project manager(s) or team leader(s), provide examples of experience during December 1999 to present, managing similar contract types or managing multiple delivery requirements at the same time. Provide information illustrating past experience of the team in successfully delivering projects in compliance with performance schedules and in providing timely construction contract support. Provide information illustrating past experience of the team in successfully completing multiple products with similar delivery dates (December 1999 to present). FACTOR 3 Provide copies of excellent performance ratings or letters of commendation received by either the prime, sub contractor or joint venture partner during the years December 1999 through present. Include private or DOD clients. Explain the role of the recognized firm/person in the work being addressed. Owner?s points of contact provided in the response to Factors 1 and 2 may be contacted to gather information on past performance. FACTOR 4 Describe the prime contractor?s quality control program/process; identify who has the responsibility for implementation of the program, discuss how the prime contractor instills a culture of quality throughout the team. Illustrate the firm?s success in implementing the program. Illustrate the team?s success in estimating the probable project cost. Of special interest are projects listed as team experience above and any projects in the geographical area of the contract scope. Discuss the process the team will employ to exercise budget control during the design phase. FACTOR 5 Provide information illustrating how the team would manage multiple delivery requirements with similar schedules for this contract and the ability to manage four (4 ) concurrent projects (two (2) 100% plans and specifications and two (2) Design/Build RFPs). Discuss how surge workload would be handled. FACTOR 6 Provide information illustrating a working knowledge of construction in the geographic area covered by this contract. The major facilities serviced by this contract include Naval Air Station Lemoore, Naval Post-graduate School Monterey, Travis Air Force Base and Naval Air Station Fallon Nevada. Response should also address knowledge of construction costs in the area addressed by this contract. FACTOR 7 Provide examples of projects where energy efficiency exceeded normal industry expectations. Describe any specific concepts the team utilizes to optimize energy conservation in design. Describe experience of the team in influencing/ encouraging the use of waste minimization techniques. FACTOR 8 No submittal need be made for this factor as the government has access to a database that provides this information. FACTOR 9 Provide a list indicating your subcontracting goals for this contract to indicate your commitment to small businesses. List the names of the Small Businesses (SB), Small Disadvantaged Businesses (SDB), Women-Owned Businesses (WOSB), HUBZONE and HBCU/MI Businesses you plan to utilize, the type of work to be performed, the small business size status of the firm (i.e. SB, SDB, etc.), the dollar amount anticipated to be subcontracted to each firm, and the percentile of the subcontracted dollars attributable to each firm. The following goals are the Navy?s and provided for your information: Total Small Business Subcontracting is 64.3% of subcontracted work (broken down by the specific categories): SB is 26.1%, SDB is 14.8, WOSB is 14.4%, HUBZONEB is 3%, and SDVOSB is 3%, and VOSB is 3%. Please Note: If a large business concern is selected they will be required to submit a subcontracting plan prior to award that provides goals that meet or exceed the goals provided with the SF 330 and these same percentage goals and dollar values must be included in your Subcontracting Plan. At the selection interview, A-E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), a portfolio of design work, and a list of present business commitments and their projected completion schedules. Additional information requested of applying firms: Indicate solicitation number in block 3, Page 1 of SF 330, and provide your company?s DUNs number (see Part H, Additional Information, Page 5.) Qualification shall not exceed 35 printed pages with a minimum font size of 10 (double sided is two pages). All information must be included on the SF 330 (cover letter, other attachments and pages in excess of the 35 page limit will not be included in the evaluation process). Firms not providing the required information in the format and content specified may be negatively evaluated under selection criteria. An original and two copies of the SF 330 submittal package is to be received in this office no later than 1:00 P.M., Pacific Time on 20 December 2004. Submittals received after this date and time will not be considered. Telegraphic and facsimile of SF 330?s will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFAR 252.204.7004, all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration, offerors may call 1-888-227-2423, or via the internet at http://www.ccr.gov . Responses are to be submitted to Department of the Navy Naval Facilities Engineering Command Southwest Integrated Product Team (IPT) West, Pacific Plaza, 2001 Junipero Serra Boulevard, 6th Floor, Suite 600 Daly City, California 94014-1976. Outside corner of mailing envelope shall be labeled as follows: A-E SERVICES, N62474-05-R-7005. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Place of Performance
Address: 2001 Junipero Serra, Pacific Plaza, 6th Floor, Suite 600, Daly City, CA
Zip Code: 94014
Country: USA
 
Record
SN00710963-W 20041121/041119212047 (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.