Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2005 FBO #1151
MODIFICATION

C -- Indefinite Delivery/Indefinite Quantity Architect-Engineer Contract for Civil/Structural Projects at Various Activities Under Engineering Field Activity, Northwest

Notice Date
1/18/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA, 98370-7570
 
ZIP Code
98370-7570
 
Solicitation Number
N44255-04-R-9150
 
Response Due
1/31/2005
 
Archive Date
2/8/2005
 
Point of Contact
Cynthia Harley, Contract Specialist, Phone 360-396-0262, Fax 360-396-0853, - Karen Smith, Contracting Officer, Phone 360-396-0240, Fax 360-396-0856,
 
E-Mail Address
cindy.harley@navy.mil, karen.l.smith@navy.mil
 
Description
MODIFICATION: (1) Delete SF330 Sections F and G in their entirety and replace with the following: SF 330, Sections F and G, CRITERIA 2, RECENT TEAM EXPERIENCE: Specialized experience of the proposed team members. Submission Requirements: a. Section F: For each of the team's firms, provide a maximum of five (5) specific completed projects that best illustrate overall team experience relevant to this contract scope. b. Section G: From the total projects listed in Section F, provide a maximum of ten (10) projects that best demonstrate the overall team's experience working together." (2) The due date is extended from 24 January to 31 January. ----------------------------------------------------------- DESCRIPTION: Architect/Engineer (A/E) services are required for a regional firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for design and preparation of construction plans and specifications for activities serviced by Engineering Field Activity Northwest. These areas include, but are not limited to, Washington, Oregon, Idaho, Montana, Alaska, North Dakota, South Dakota, Utah, Wyoming, Colorado, and Nevada. Work will primarily be performed in Washington, however work may occur in other areas when necessary. Required A/E services are primarily civil/structural in nature, but a strong multi-discipline team is required. 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 $10M aggregate total. The minimum guarantee for the contract shall be $10K. The value of individual task orders executed under this contract may range from $1K to $1M. 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. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period with two option periods. Each performance period will run 365 calendar days, or until the maximum dollar limit is reached, whichever occurs first. The government may exercise the option periods 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 May 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 packages (including plans, specifications, and cost estimates) for the bidding of contracts for design/build or fully designed renovation, or new construction contracts. Anticipated projects include a wide range of facilities, structures, and utility infrastructure, which may in some cases be located near an active waterfront. Other representative projects may include: aircraft runways, and related facilities and utilities; structural designs for new and existing facilities including seismic upgrades and foundations in locations susceptible to liquefaction and differential settlement; inspection and evaluation of earthquake damage; ordnance handling and storage facilities; cranes and elevators in buildings; utilities and site development; storage tank systems; storm and sanitary drainage; street and landscape improvements; parking facilities; and fire protection and alarm systems. Work will include preparation of design/build Requests for Proposal (RFPs) and fully designed plans and specifications to accomplish renovation projects or for the construction of new facilities. Services may also include cost estimating, economic analysis, engineering studies, and seismic analysis of existing structures using current DoD seismic criteria, design using Navy Anti-Terrorism Force Protection (ATFP) criteria, topographic surveys, sub-surface investigations, utility studies, construction support, cathodic protection, and identifying environmental concerns. During the performance of this contract, hazardous materials/waste assessments or surveys may be required. Firms must be able to accept work that involves asbestos, lead based paint, PCBs, and other hazardous materials. Cost estimates shall be prepared by a professional cost estimator, using R.S. Means, historical data, or Tri-Services Unit Price Book, and using SUCCESS (NAVFAC Web-based) cost estimating software. Computer drawing data shall be provided on electronic media compatible with Intergraph Microstation or AutoCAD. Specifications shall be prepared using SPECSINTACT software and will also be provided in .pdf format for posting to Government websites during solicitation. Design using Syst?me Internationale (SI) Metric Units may be required. Firms that design or prepare specifications for construction contracts or task orders 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 criteria listed below and are in descending order of importance: Criteria 1, Professional Qualifications; Criteria 2, Recent Team Experience; Criteria 3, Past Performance; Criteria 4, Quality Control; Criteria 5, Capacity; Criteria 6, Sustainable Design; 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, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The following elements may result in higher ratings and should be addressed accordingly when preparing criteria responses: a) Projects completed within the last five (5) years; b) Any of the following types of projects: industrial/office facilities near marine environments, aircraft related facilities, designs including seismic upgrades, foundations in locations susceptible to liquefaction and differential settlement, utilities and site development, and ATFP; c) Projects with an estimated construction cost of $100K to $10M; d) Projects involving a sustainable design approach; e) Design-build projects, and f) Projects provided in the SF 330 (Architect-Engineer Qualifications) completed by the office/branch/individual team member actually performing the work under this contract. SUBMISSION REQUIREMENTS: The SF 330 is limited to 100 single-sided pages (this restriction does not include Criteria 8). Minimum font size is 10. Submit the following: a) Two (2) copies of Criteria 8 which shall be provided in separate binders from the SF330; and b) Five (5) copies of SF 330 for the prime offeror (SF330 should also include team?s key subconsultants) addressing following selection criteria information: SF330, 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 in the preparation of Design-Build RFPs, plans, specifications, and cost estimates. Submission Requirements: Provide brief resumes of each proposed team member who will specifically serve as Project Manager, discipline Designers of Record, and Cost Estimator(s). The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. 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 relevant to this contract scope. SF 330, Sections F and G, CRITERIA 2, RECENT TEAM EXPERIENCE: Specialized experience of the proposed team members. Submission Requirements: a. Section F: For each of the team's firms, provide a maximum of five (5) specific completed projects that best illustrate overall team experience relevant to this contract scope. b. Section G: From the total projects listed in Section F, provide a maximum of ten (10) projects that best demonstrate the overall team's experience working together." SF330, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 9; 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: 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. If information to be submitted for a specific project applies to more than one of the projects provided as experience under Criteria 1 (SF 330 Section E) and Criteria 2 (SF 330 Section F), submit only one copy of the information, and clearly identify to which other projects it is applicable to. 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, identify the person primarily responsible for the QC program, and indicate how the prime firm ensures 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 and ability to handle multiple projects at the same time. Submission Requirement: a) For each design team firm, list all current projects being designed in the design team firm?s office, with a current design fee of greater than $500,000. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm?s present workload and the availability of the project team (including subconsultants) for the specified contract performance period; b) For the prime firm, describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and c) For the prime firm, discuss how surge workload would be managed. CRITERIA 6, SUSTAINABLE DESIGN: Demonstrated success and knowledge in sustainable design, including prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design, and knowledge of the U.S. Green Building Council LEED?s Building Rating System. 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. CRITERIA 7, LOCATION: Firm?s demonstrated knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the geographic area covered by this contract. Submission Requirements: Describe and illustrate the team?s knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the geographic area covered by this contract. CRITERIA 8, COMMITMENT TO SMALL BUSINESS CONCERNS (SEPARATE FOLDER) (ALL FIRMS SMALL AND LARGE MUST ADDRESS THIS CRITERIA): 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)?23%; HUBZone SB?3%; Small Disadvantaged Business?5%; Service-Disabled Veteran-Owned SB?3%; Veteran-Owned SB?3%; and Women-Owned SB?5%. NOTE: 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 9, VOLUME OF WORK. Volume of Department of Defense (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 design team components, QC process; and to provide design solutions to actual/hypothetical project, etc. 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. A/E firms that meet the requirements described in this announcement are invited to submit a completed SF 330 to the office indicated below. Firms responding to this announcement no later than 2:00 p.m. local time on 31 January 2005 will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. 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. Firms must submit five (5) copies of the SF330 and two (2) copies of Criteria 8 (in a separate folder) per Submission Requirements above to: Cindy Harley, Engineering Field Activity, NW, 19917 7th Avenue NE, Poulsbo, WA 98370-7570. Label outside corner of mailing envelope as follows: A-E Services for Regional Civil/Structural Projects, N44255-04-R-9150. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to 45 days after the submittal due date. 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. SUBMIT ALL INQUIRIES IN WRITING to the following e-mail address: Cindy.Harley@navy.mil. *** END OF ANNOUNCEMENT ***
 
Place of Performance
Address: Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, 19917 7th Avenue NE, Poulsbo, WA
Zip Code: 98370-7570
Country: United States
 
Record
SN00736282-W 20050120/050118211933 (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.