Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOLICITATION NOTICE

C -- Miscellaneous Civil Design and Engineering Servicess

Notice Date
1/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, Chesapeake, ROICC Quantico, Building 2004, PO Box 1855 Marine Corps Base, Quantico, VA, 22134-0855
 
ZIP Code
22134-0855
 
Solicitation Number
N40080-05-R-1030
 
Response Due
2/27/2006
 
Archive Date
3/14/2006
 
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. WHEN YOU GO TO THE ESOL WEBSITE, THE URL IS HTTPS://ESOL.NAVFAC.NAVY.MIL Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite Quantity (IDQ) contract primarily for Miscellaneous Civil Design and Engineering Services of projects for base activities and tenants serviced by Public Works Branch, Quantico MCB. Required A/E services are primarily Civil in nature, but a strong multi-discipline team is required. This team can be comprised of prime and subcontractors. For this contract the lead discipline shall be a registered Civil Engineer, licensed in the State of Virginia. Services shall be accomplished in the firm?s office with the exception of field/subsurface investigations and surveys as required at the specific task order project sites. The maximum contract value may not exceed an aggregate total of $1,500,000.00 as follows, $750,000.00 for the base year and $750,000.00 for one one-year option. The estimated construction costs for each project ranges from approximately $50,000.00 to $5,000,000.00. The average construction costs is expected to be around $900,000.00. The minimum guarantee for the IDQ contract shall be $50,000.00 for the life of the contract. Multiple task orders may be awarded in amounts up to $200,000.00 with similar completion schedules and overlapping delivery dates. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4M. 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 contract will cover a wide range of civil work projects, miscellaneous structural, environmental and transportation designs for maintenance, repair, rehab, and new construction at Marine Corps Base, (MCB) Quantico. MCB, Quantico covers an area of approximately 60,000 acres. There are over 1,200 permanent buildings built between 1920 and 2004. Portions of the base are in historic districts and cultural resource sites. Types of facilities include barracks, BEQs, BOQs, administrative, dining, training, service, schools, family housing, recreational, medical/clinic, range buildings, airfield buildings and hangars, and other military support facilities (such as OCS, armories, prisons, and similar structures). Most heating on MCB Mainside is provided by individual furnaces and hot water/steam boilers operated by natural gas with a propane blend backup. The Basic School (TBS) area presently remains on a central heating plant producing high temperature water or steam. In addition, the base operates water and wastewater treatment plants for service to the base. MCB owned utilities include natural gas, electrical power, water, and sewer. There are also gasoline and fuel oil handling & storage areas. Quantico has approximately 97 miles of paved roads, 15 bridges, one water plant, three water-pumping stations, two sewage plants, and 30 sewage-pumping stations. Task orders are primarily for the preparation of detailed drawings and specifications, calculations, studies and cost estimates for contract documents via Design-Bid-Build method, some Design-Build RFPs, and for development of abbreviated descriptions of performance requirements and budget estimates for renovations or construction to be performed by 8(a) JOC, SMACC or MACC contractors. Projects will likely include a wide range of new installations, renovations or repairs of water and wastewater distribution systems, water treatment plants, wastewater treatment plants, water storage tanks, vehicle wash racks, firing ranges and tank trails, roads/bridges, erosion control and environmental restoration and wetlands delineation and remediation. Projects may also include work on administrative, light commercial or industrial/public works type facilities, training facilities, ordnance storage, and warehouse facilities. Task Orders may also require the preparation of supporting engineering documentation including: Cost Estimates and Economic Analyses required to develop and define actual costs of construction projects and to develop project programming documentation required in DD1391 for HQ level projects. Design and engineering services may include engineering studies; utilities studies, storm water management, water and waste water distribution, modeling and design; structural analysis, testing and design; seismic analysis of existing structures. In addition civil designs may include analysis/designs involving Americans with Disabilities Act (ADA), Uniform Federal Accessibility Standards (UFAS) and Life Safety Code; analysis/design using DoD Anti-Terrorism Force Protection (ATFP) criteria, fire protection, cathodic protection, topographic surveys, sub-surface investigations, demolition support, and identifying environmental concerns. Familiarity with Sustainable Design through an integrated design approach is required. Familiarity with Historic Structures and Cultural Resources 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. All AE contractor applicants should be currently qualified by the Soil & Water Conservation Division of the Virginia Department of Conservation and Recreation to perform expedited erosion and sediment control and storm water 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 Soil & Water Conservation Division of the Virginia Department of Conservation and Recreation to obtain the appropriate credentials. Cost estimates shall be prepared by a professional cost estimator, using R.S. Means cost estimating systems, historical data, SUCCESS and Tri-Services Unit Price Book. Computer drawing data shall be provided on electronic media compatible with AutoCAD or Intergraph Microstation. Specifications shall be prepared using SPECSINTACT and will also be provided in .pdf format and Wordspec.doc for posting to Government websites during solicitation. Design using Systeme Internationale (SI) Metric Units may be required. All work shall be provided both in electronic format/media as well as paper copy. For the Government to retain maximum flexibility in the interest of their clients, various services/products, such as technical reports, studies, site investigations, concept designs, cost estimates, surveys, shop drawings reviews, 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 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), (9) and (10) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 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) Specialized on DoD bases, or similar government installations dealing with a wide variety of civil projects such as water and waste water distribution systems, water treatment plants, waste water treatment plants, water storage tanks, vehicle wash racks, firing ranges and tanks trails, roads and bridges, sewage pumping stations; c) Projects with an estimated construct cost of $100K to $5M; d) Projects involving a sustainable design approach; e) Design-Build RFP preparation projects. 1. Professional Qualifications and Technical Competence of Team Members and the Depth of Firm: (a) Active professional registration of individual team members. (b) Individual team members' expected roles in this contract. (c) Roles that the individual team members played in the projects addressed in Evaluation Factor 1 (if applicable). (d) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (e) The firm's organization and office management: Provide management plan for this contract (f) Qualifications to meet the requirement of the Virginia Department of Conservation and Recreation in order to be able to perform expedited Erosion & Sediment Controls, Storm Water Pollution Prevention and Stormwater Management Plans and reviews for projects as described herein. 2. Specialized Experience: (a) Firms must demonstrate specialized experience on Department of Defense bases, or similar government installations, dealing with a wide variety of civil works, roadways, and environmental projects. Projects shall include studies, new construction, maintenance, and repair. Past successes of the firm as demonstrated by its performance evaluations on government work shall be provided. Identify specific personnel and consultants that worked on these projects; (b) Demonstrate experience with NAVFAC design manuals, design criteria, design build documents, and specifications; (c) Demonstrate specialized experience designing new roads or improvements to existing roads that efficiently and effectively accommodate present and projected usage, and experience with parking areas; (d) Demonstrate specialized experience with storm water management, water and waste water distribution, modeling and design; water treatment plants, waste water treatment plants analysis and design; (e) Demonstrate civil & structural design experience with construction or rehabilitation of facilities and infrastructure systems, which support campus style real property environment and firing ranges in the price range given above; (f) Demonstrate specialized experience with NEPA documentation (g) Demonstrate experience in hazardous material testing and abatement, including lead base paint, asbestos, and PCBs; (h) Demonstrate experience in working with adverse soil conditions and remediation of substandard soils. 3. Capacity of Firm to Accomplish Work in Required Time: (a) Show capacity, either in-house or through consultants, to perform a wide variety of Civil design and associated design work. (b) list other DoD IDQ design contracts within the past 18 months. Provide the value, the number of options, and the start and finish dates; (c) explain how work under this contract will integrate with the firm?s current and projected workload. Ability to perform the work to schedules and capacity to accomplish multiple taskings simultaneously (show current and projected workload). Firms will be evaluated in terms of impact of this workload on the planning staff's projected workload during the contract period 4. Past Performance: PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control and compliance with performance schedules; a) demonstrate how design costs, design schedules, and construction budgets have been managed. Use examples of actual projects similar in size and type to the work required in this contract. Provide examples of accelerated projects and projects constrained by government fiscal year time lines; b) provide information comparing original construction budgets to bid costs to final construction costs; c) describe your cost estimating system. . 5. Firm location in the General Geographical Area of the project and knowledge of the locality of the project; (a) Demonstrated knowledge and experience working with federal, state, and local regulatory agencies that have cognizance over designs at MCB Quantico. Examples are the Virginia Department of Environmental Quality, Army Corps Engineers, the Virginia Marine Resources Commission; (b) Demonstrate knowledge and experience working with local utility providers serving MCB to include electrical power, water, sanitary sewer, cable TV, and natural gas; (b) State the location of all offices of the firm to be utilized for this contract, and what type and percent of work will be done at each. 6. Quality Control Program: Quality Control including performance of quality control on prior contracts; a) describe current methods for quality (QC) control of designs. b) describe how review comments are managed; c) explain which CADD systems are used and which drawing standards are followed; d) describe and demonstrate how the firm manages client input 7. Sustainable Planning: Sustainable Design And Anti-Terrorism Force Protection: Demonstrated success and knowledge in sustainable design and anti-terrorism force protection. a) describe the team?s experience in Sustainable Design; b) describe familiarity with anti-terrorism/force protection criteria for the safety of personnel in military facilities and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse, and the design of physical security equipment. 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. There will be one (1) selection made from this announcement. The duration of this contract will be for one (1) year from the date of an initial contract award with one (1) additional one-year option period. The total amount that may be paid under this contract (including option year) will not exceed $1,500,000 for the entire contract term. The minimum guarantee for the entire contract term (including option year) will be satisfied by the award of the initial Task Order. The option 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 a $200,000.00 limit per task order and a $750,000.00 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 July 2006. 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. 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. The proposed contract is being solicited on an unrestricted basis. Should the due date fall on a weekend or holiday, the SF 330 is due the first workday thereafter. 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 on the SF 330. IMPORTANT: Firms must submit complete data on all the selection criteria, including each specific sub-element requested by the closing date. Specific, clear, detailed submissions will receive higher consideration over generic or incomplete submissions. Only SF330?s will be reviewed. The SF 330 is limited to 25 single sided pages. Following an initial evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required will be chosen for interviews. Selection of firms for negotiations shall be based on the demonstrated competence and qualifications specified in the selection criteria noted above and considered necessary for the satisfactory performance of the type of professional services required. Selected firms may be subject to an advisory audit performed by the Defense Contract Audit Agency. EEO compliance is required. Pre-award Clearance must be obtained prior to award. Information in the cover letter and any other attachments will not be included in the official selection review process. 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. Submit SF 330 to: Officer in Charge of Construction, Attn: Debbie R. Lockett, Bldg. 2004, Mann Hall, Barnett Avenue Suite 211, P.O. BOX 1855, Quantico, VA. 22134-0855, no later than 2:30 p.m. local time, EST, on 27 February 2006. 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.
 
Place of Performance
Address: Department of the Navy, Naval Facilities Washington, Officer in Charge of Construction, Bldg. 2004, Barnett Avenue, P.O. Box 1855,Quantico, VA
Zip Code: 22134-0855
Country: US
 
Record
SN00973046-W 20060127/060125212529 (fbodaily.com)
 
Source
FedBizOpps 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.