Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2005 FBO #1327
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Services supporting Criteria Preparation, Value Engineering, and Customer Quality Surveys for Projects within NAVFACENGCOM?s Geographical Area

Notice Date
7/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Headquarters, A/E Branch, 6506 Hampton Blvd Building N-26, Code AQ22, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-05-R-1004
 
Response Due
8/15/2005
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Engineering and Design Services are required for an Indefinite Quantity Contract for Services supporting Criteria Preparation, Value Engineering, and Customer Quality Surveys for Projects within the Naval Facilities Engineering Command?s Geographical Area. The services will include both Navy unique and Tri-Service support in the professional areas described. The services are described as follows: (a) Criteria Support Services: These shall include services relating to the unification, preparation, update and review of: (1) all Unified Facilities Guide Specifications (UFGS) located at the Whole Building Design Guide (WBDG); (2) Unified Facilities Criteria (UFC) located at the WBDG; and (3) Computer graphics, design standard drawings and other publications. Requirements of this contract are not limited to existing documents. However, existing documents can be found on the WBDG website, http://www.wbdg.org. All specification and design criteria documents shall be produced in accordance with the latest version of MIL-STD 3007, DEPARTMENT OF DEFENSE STANDARD PRACTICE FOR UNIFIED FACILITIES CRITERIA AND UNIFIED FACILITIES GUIDE SPECIFICATIONS; UFC 1-300-01, CRITERIA FORMAT STANDARD; and UFC 1-300-02, UNIFIED FACILITIES GUIDE SPECIFICATION (UFGS) FORMAT STANDARD. Standard drawings shall be produced in accordance with the U.S. Naval CAD Standard. The services may also include bench scale and prototype modeling, development of database and web-enabled design criteria support tools compatible with the WBDG web pages; (b) Quality Control Services: These shall include constructability/quality reviews where issues arise during design or construction. Generally, issues will be associated with adequacy of criteria definition; and (c) Cost Engineering Support Services: These shall include development of parametric building cost models and preliminary and detailed project estimates; life cycle, economic, risk analyses and other cost engineering support services. In order to assist the Command to more efficiently review all qualifications statements, provide staffing, consultant support and experience listed by each category of proposed work, staff and consultant support should clearly show each individual's background, registration(s), degrees, years experience with the firm, years experience as consultant to your firm (when applicable), specialized experience of the individual and individual awards or owner/customer points of contact. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) through (6) are of equal importance; factors (7), (8) and (9) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: (a) Past experience and services in the areas of: Preparation and understanding of the UFC and UFGS standards. A broad representation of recent experience and preparation of criteria and specifications for the military services and their field entities is required. Anti-Terrorist/Force Protection and the principals of sustainable improvement to facilities will apply to all criteria preparations. Exhibited understanding of the DoD acquisition process is required. Web-enabled tools and database development integral to criteria resources are part of this factor. Architectural or Engineering professional registration of those preparing criteria documents is mandatory. (b) Quality Control Services: Generally we will presume staff support from the foregoing item (a) unless shown otherwise. However, types of experience in quality assessment, and methodology(ies) used should be discussed. (c) Cost Engineering: The variety of sources and databases used and reliability of estimates produced shall be presented. NAVFAC has adopted SUCCESS? as its corporate estimating system. Experience with this product and accuracy should be exhibited; cost engineering professional registration should be exhibited. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Active professional registration. (b) Past experience in the type of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically on projects addressed in Evaluation Factor 1. (c) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. 3. Ability to perform the work to schedules, i.e., ability to perform several task concurrently and sustain the loss of key personnel while accomplishing the work within required time limits. Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period. 4. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications - list key personnel responsible. 6. Broad knowledge of building code and emerging code requirements over a broad geographical area. Firms will be evaluated with respect to the broad geographical area of the contract, their knowledge of codes, emerging International code consolidation(s), laws, construction materials and practices. 7. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. 9. Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 74.85%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.60%; Women Owned Small Business (WOSB) - 13.92%; Veterans Owned Small Business (VOSB) - 0.12%; Services Disabled Veteran Owned Small Business (SDVOSB) - 0.12%; and HUBZone Small Business - 1.17%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is September 2005. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541330 ($4,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 15 August 2005. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ22E, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: Worldwide
Country: Worldwide
 
Record
SN00846543-W 20050715/050713212602 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.