Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
MODIFICATION

C -- PREPARATION OF NAVY AND MARINE CORPS MILITARY CONSTRUCTION PROJECTS PLANNING DOCUMENTATION IN CA, AZ, NE, NM, OR, ID, AK, WA, MN, AND UT

Notice Date
7/28/2005
 
Notice Type
Modification
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NFEC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-05-R-4079
 
Response Due
8/25/2005
 
Archive Date
9/9/2005
 
Point of Contact
vanessa schutt, Contract Specialist, Phone 6195323779, Fax 6195324789, - vanessa schutt, Contract Specialist, Phone 6195323779, Fax 6195324789,
 
E-Mail Address
vanessa.schutt@navy.mil, vanessa.schutt@navy.mil
 
Description
Amendment 0002: Delete NE (Nebraska) and add NV (Nevada). Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Preparation of Navy and Marine Corps Military Construction Projects Planning Documentation. Required services are primary required for the preparation of Military Construction (MILCON) Projects Planning documentation and services, with the primary focus on the following MILCON Projects Planning documentation elements: MILCON Project Planning Documentation (DD Form 1391 project planning documentation); Construction Cost Estimates, Preliminary and Parametric Cost Estimates; Siting-Land Use Studies/Analyses; Economic Analyses (EAs); Basic Facilities Requirements (BFR) Documentation; Facilities Planning Documents (FPD); Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL). In addition, the secondary focus of this contract includes the following other Project Planning documentation and services: Special Projects Planning Documentation (DD Form 1391 project planning documentation); Anti-Terrorism/Force Protection (AT/FP) Facilities Planning studies; Sustainable Planning studies; GPS and GIS services to assess, evaluate, manipulate, convert, correct, project, load, link and provide quality assurance of maps, charts, hard copy, legacy database information utilizing Microsoft Office, Adobe Acrobat, Oracle, ESRI, ARCVIEW, ARCINFO, ARCIMS and AutoCAD; Base Development Plans/Master Plans; Regional Planning Studies; Regional Shore Infrastructure Planning (RSIP) studies; Regional Functional Plans; Visioning and Scenario Planning; Maintenance and Sustainment Plans; Base Exterior Architecture Plans (BEAP); Engineering Evaluations (EE); Concept Studies; Special Planning Studies; Traffic/Parking/Movement (Pedestrian & Vehicular) Studies; Activity Planning and Management Models (APMM), electronic Land Use/Planning tools/studies; Air Installation Compatible Use Zones (AICUZ); Range Air Installation Compatible Use Zones (RAICUZ); Family Housing and Bachelor Quarters Comprehensive Neighborhood Plans (CNP); National Environmental Policy Act (NEPA) documents, including Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS); Environmental planning documentation including, but not limited to, historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. 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 October 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. 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); Criteria 3; Past Performance (SF 330, Sections F & H); The remaining Criteria is to be addressed in SF 330, Section H. 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 (Large Firms Only); 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, 8.5?x11?. Submit the following: a) One (1) original and three (3) copies of SF 330 for the prime offeror (SF330 should also include team?s key subconsultants) addressing following selection criteria information; and b) 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 Architect-Engineer (A-E) services including the preparation of Military Construction (MILCON) Projects Planning documentation and services, with the primary focus on the following MILCON Projects Planning documentation elements: MILCON Project Planning Documentation (DD Form 1391 project planning documentation); Construction Cost Estimates, Preliminary and Parametric Cost Estimates; Siting-Land Use Studies/Analyses; Economic Analyses (EAs); Basic Facilities Requirements (BFR) Documentation; Facilities Planning Documents (FPD); Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL). In addition, the secondary focus of this contract includes the following other Project Planning documentation and services: Special Projects Planning Documentation (DD Form 1391 project planning documentation); Anti-Terrorism/Force Protection (AT/FP) Facilities Planning studies; Sustainable Planning studies; GPS and GIS services to assess, evaluate, manipulate, convert, correct, project, load, link and provide quality assurance of maps, charts, hard copy, legacy database information utilizing Microsoft Office, Adobe Acrobat, Oracle, ESRI, ARCVIEW, ARCINFO, ARCIMS and AutoCAD; Base Development Plans/Master Plans; Regional Planning Studies; Regional Shore Infrastructure Planning (RSIP) studies; Regional Functional Plans; Visioning and Scenario Planning; Maintenance and Sustainment Plans; Base Exterior Architecture Plans (BEAP); Engineering Evaluations (EE); Concept Studies; Special Planning Studies; Traffic/Parking/Movement (Pedestrian & Vehicular) Studies; Activity Planning and Management Models (APMM), electronic Land Use/Planning tools/studies; Air Installation Compatible Use Zones (AICUZ); Range Air Installation Compatible Use Zones (RAICUZ); Family Housing and Bachelor Quarters Comprehensive Neighborhood Plans (CNP); National Environmental Policy Act (NEPA) documents, including Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS); Environmental planning documentation including, but not limited to, historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. List only the team members who actually will perform major tasks under this project and their qualifications which reflect the individual's potential contributions to this project. 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 and technical competence of the proposed team members assigned to this project experienced in the preparation of Military Construction (MILCON) Projects Planning documentation and services, with the primary focus on the following MILCON Projects Planning documentation elements: MILCON Project Planning Documentation (DD Form 1391 project planning documentation); Construction Cost Estimates, Preliminary and Parametric Cost Estimates; Siting-Land Use Studies/Analyses; Economic Analyses (EAs); Basic Facilities Requirements (BFR) Documentation; Facilities Planning Documents (FPD); Preliminary Hazard Analyses (PHA) and Preliminary Hazard Lists (PHL). In addition, the secondary focus of this contract includes the following other Project Planning documentation and services: Special Projects Planning Documentation (DD Form 1391 project planning documentation); Anti-Terrorism/Force Protection (AT/FP) Facilities Planning studies; Sustainable Planning studies; GPS and GIS services to assess, evaluate, manipulate, convert, correct, project, load, link and provide quality assurance of maps, charts, hard copy, legacy database information utilizing Microsoft Office, Adobe Acrobat, Oracle, ESRI, ARCVIEW, ARCINFO, ARCIMS and AutoCAD; Base Development Plans/Master Plans; Regional Planning Studies; Regional Shore Infrastructure Planning (RSIP) studies; Regional Functional Plans; Visioning and Scenario Planning; Maintenance and Sustainment Plans; Base Exterior Architecture Plans (BEAP); Engineering Evaluations (EE); Concept Studies; Special Planning Studies; Traffic/Parking/Movement (Pedestrian & Vehicular) Studies; Activity Planning and Management Models (APMM), electronic Land Use/Planning tools/studies; Air Installation Compatible Use Zones (AICUZ); Range Air Installation Compatible Use Zones (RAICUZ); Family Housing and Bachelor Quarters Comprehensive Neighborhood Plans (CNP); National Environmental Policy Act (NEPA) documents, including Categorical Exclusions (CATEX), Environmental Assessments (EA), and Environmental Impact Statements (EIS); Environmental planning documentation including, but not limited to, historical, cultural, archeological and biological studies, Biological Assessments for threatened and endangered species, marine studies, Coastal Consistency Determinations (CCD), and documentation for Army Corps of Engineers permits. A-E selection criteria will include (in order of importance): (1) Recent specialized experience of the firm (including consultants) in the preparation of Navy and Marine Corps MILCON Projects Planning documents including: MILCON Project Planning Documentation (and/or Special Project Planning Documentation); Construction Cost Estimates, Preliminary and Parametric Cost Estimates; Economic Analyses (EAs); Siting-Land Use Studies/Analyses; Basic Facilities Requirements (BFR) Documentation; Base Site Development Plans (or Base Master Plans, or Regional Planning Studies); and NEPA Documentation. (2) Professional qualifications of the staff to be assigned to the project(s) will include professional and technical support with experience and knowledge in the preparation of Navy and Marine Corps MILCON Projects Planning documents including: MILCON Project Planning Documentation (and/or Special Project Planning Documentation); Construction Cost Estimates, Preliminary and Parametric Cost Estimates; Siting-Land Use Studies/Analyses; Economic Analyses (EAs); Basic Facilities Requirements (BFR) Documentation; Base Site Development Plans (or Base Master Plans, or Regional Planning Studies); and NEPA Documentation. Submission Requirements: For each firm, provide a maximum of ten (10) specific completed projects that best illustrate overall team experience. Include within block 24 of SF330, Section F, a brief narrative of performance for respective project. Discuss effectiveness by listing budget/estimated cost, award amount, final design estimate, change order rate and adherence to performance schedules. 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, list any applicable awards and commendations. Other performance evaluation results and awards may also be listed separately. Reference agency/company issuing evaluation/award/commendation and respective date. If a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation exists, so state. 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 : Demonstrated success and knowledge in sustainable design. 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 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)?28%; Small Disadvantaged Business?5%; Women-Owned SB?7%; Service-Disabled Veteran-Owned SB?3%; Veteran-Owned SB?3%; and 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 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, (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 RAQ20.VS, 1220 Pacific Highway, Attn: Vanessa Schutt, San Diego, CA 92132-5187, no later than 2:00 p.m. local time, PST, on 25 August 2005. 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. E-mail address for inquiries is: vanessa.schutt@navy.mil.*** END OF ANNOUNCEMENT ***
 
Place of Performance
Address: Western United States
Zip Code: 92132
Country: UNITED STATES
 
Record
SN00857187-W 20050730/050728212834 (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.