Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2006 FBO #1563
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS ARCHITECTURAL DESIGN WITH ASSOCIATED MULTI-DISCIPLINAL ENGINEERING SUPPORT SERVICES, VARIOUS LOCATIONS, NAVFAC WASHINGTON

Notice Date
3/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018
 
ZIP Code
20374-5018
 
Solicitation Number
N40080-06-D-0464
 
Response Due
4/11/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement will be a Small Business Set-Aside. The work includes an indefinite quantity contract for Architectural and Engineering services necessary for the preparation of miscellaneous studies; Request For Proposals (RFP's) for Design Build & Design Bid Build projects and construction cost estimates ready for bidding for various projects at various locations in the NAVFAC Washington region - Washington, DC, VA and MD. The North American Industry Classification System (NAICS) code is 541310. The size standard is $4.5 million. The type of work primarily includes design and engineering effort for repairs, renovations, alterations and new construction of the following type of structures: single or multi-story, high bay, masonry, concrete, steel, wood and pre-engineered facilities for miscellaneous administrative facilities; research facilities; production facilities; hangars; housing; officer & enlisted quarters & lodge type facilities; dining facilities; commissary & exchange type facilities; child care facilities; parking structures; educational facilities; fitness & sports related facilities; and other types of shore facilities. Projects may include, but not be limited to, all or part of the following: roofing systems, flooring systems, ceiling systems, interior and exterior partitions, rest room and shower facilities, millwork, office systems, signs, interior and exterior finishes, windows, doors, skylights, insulation, vertical transportation (stairs, elevators, escalators and ramps), building demolition, and pest damage analyses. In addition, work may include related security, communication, power, fire protection, HVAC, lighting systems, and overall site improvements. Antiterrorism / Force Protection (AT/FP) considerations are required for all projects - familiarity with UFC - DoD Minimum Antiterrorism Standards for Buildings (most recent version) is required. Sustainable Design features are required in design and engineering work for many of our projects ? familiarity with USGBC LEED is required. SCIF, IDS, shielding and related features may be required ? familiarity with Navy/DoD criteria is required. The preparation of comprehensive storm water management plans for the State of Maryland, the District of Columbia, and the Commonwealth of Virginia are required. Interior design services may be required - familiarity with mandatory sources of procurement, i.e. Federal Prison Industries (FPI), GSA schedules, etc. is required. Coordination with the National Capital Planning Commission, SHPO, the Commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission, etc. may be required depending upon the location and type of projects. The possibility of hazardous materials, i.e. asbestos, lead paint, PCB, etc. may exist at various project sites. If hazardous materials are suspected or encountered, the A-E Contractor will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the potential project sites are required by the A-E firm or its subcontractor(s). The general intention is to provide for such design and engineering services as necessary to support the procurement of these contracts. Services, such as technical reports and studies, site investigations, DD Form 1391 packages, programming, concepts, design build or design bid build contract documents, construction cost estimates, surveys, shop drawings reviews, construction consultation and inspection, Title II, and preparation of construction record drawings, O&M / OMSI manuals and similar types of work, may be required at any time up to the final acceptance of all work. The Government will and Contractor (Construction and/or AE) shall utilize the Naval Facilities Engineering Command?s (NAVFAC) WebCM system for electronic submittal of all data and documents (unless specified otherwise by the Contracting Officer) throughout the duration of the contract. WebCM is a web-based electronic media site that is hosted by Primavera Systems Inc.. ?PrimeContract? (hereinafter referred to as WebCM) web solution will be made available t key Prime Contractor personnel (Construction and/or AE) personnel, personnel working for subcontractors, and the Designer of Record. The joint use of this system is to facilitate; electronic exchange of information, key processes, and overall management of the contract. WebCM shall be the primary means of project information submission and management. When required by the Contracting Officer, paper documents will also be provided (i.e.; e.g. the signature of Contract Modifications and submission of Contract claims). In the event of discrepancy between the electronic version and paper documents, the paper document will govern. 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 7 days after receiving notification. The selected firm will also be required to participate in an orientation and site visit meeting within seven days of notification and provide a fee proposal within 10 days after receiving the scope of work & request for proposal. This will be a firm fixed price A-E contract. The total amount of each contract will not exceed $3 Million. The duration of the contract will be for the period of one year, with the possibility of two one-year options. The estimated start date is June 2006. Selection evaluation criteria, in relative order of importance are included below. 1.a. Specialized experience and professional qualifications of the firm, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the requirements as described herein. b. Knowledge and demonstrated experience in applying antiterrorism/ force protection and sustainability concepts and principles to facilities and infrastructure through an integrated design approach; 2. Demonstrated capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; 3. Past performance and process of the prime A/E firm (and subcontractors) in the firm's quality control/quality assurance program to assure coordinated technically accurate studies, plans, specifications, and construction cost estimates; 4. The firm's and project team's present workload; 5. Preference will be given to firms with the demonstrated capability of using CAD, SPECSINTACT, and the Success Cost Estimating System; 6. Preference will be given to firms within a 100 mile radius of NAVFAC Washington, Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects. Each firm's ACASS past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 330, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. . Interested firms are requested to included telefax numbers, DUNS number, and Taxpayer Identification Number (TIN) and the A/E Contractor Appraisal Support System (ACASS) number. The A/E firm?s primary person to be the direct contract with NAVFAC Washington throughout the contract work must be identified as the ?Project Manager?. Information in the cover letter and any other attachments will not be included in the official selection review process. Submit the SF 330 to the mailroom in Building 212, 1314 Harwood Street, SE, 1st Floor, Washington Navy Yard, DC 20374-5018 by 3:30 PM on the established due date. The due date is 11 April 2006. Fax and electronic copies of the SF 330 will not be accepted. This is not a request for proposal. A subcontracting plan is not required from firms classified as small businesses. 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.
 
Place of Performance
Address: Various locations in the NAVFAC Washington region - Washington, DC, VA and MD
 
Record
SN01000905-W 20060308/060306212520 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.