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 -- A-E IDIQ CONTRACT FOR MARINE/WATERFRONT PROJECTS FOR NAVAL FACILITIES ENGINEERING COMMAND NORTHWEST

Notice Date
3/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101
 
ZIP Code
98315-1101
 
Solicitation Number
N44255-06-R-1104
 
Response Due
4/5/2006
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. DESCRIPTION: Architect/Engineer (A/E) services are required for a regional firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract primarily for waterfront projects for various locations under the Naval Facilities Engineering Command, Northwest (NAVFAC NW) area of responsibility (AOR), but primarily in Washington State. The NAVFAC AOR includes the states of Washington, Oregon, Idaho, Montana, Utah, and Alaska. However, on occasion, work may also be required in other areas of the United States. Required A/E services are primarily waterfront engineering in nature, but a strong multi-discipline team is required. For this contract the lead discipline shall be a registered Civil or Structural Engineer. Services shall be accomplished in the firm?s office with the exception of items such as field/subsurface investigations and surveys as required by the specific task order. The maximum contract value may not exceed an aggregate total of $5,000,000. The minimum guarantee for the contract shall be $10,000. The value of individual task orders executed under this contract may range from $1,000 to $1,000,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period plus a one-year option period. 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 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 August 2006. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. 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 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. STATEMENT OF WORK: Task orders are primarily for the preparation of design/build RFPs and plans & specifications for contracts to accomplish renovation projects, or for construction of new facilities. Projects may include new designs, evaluations, and/or studies for maintenance, construction, equipment installation, repair and replacement of piers, wharves, quaywalls, drydocks, fendering systems, floating metal or concrete structures, etc, including utilities. Major importance will be attached to integrating new designs with existing facilities and systems. The work may also include field investigations, technical feasibility assessments, design analysis, structural/seismic evaluation, underwater inspection, geotechnical evaluation, cathodic protection, surveying, cost estimating, technical review of contract documents prepared by government employees, and construction support consultation. During the performance of this contract, asbestos, hazardous materials/waste characterization or abatement may be required. In addition to waterfront engineering services, mechanical, electrical, architectural, geotechnical, and environmental disciplines associated with marine/waterfront activities may be required under this contract. 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 AutoCAD. Specifications shall be prepared using SPECSINTACT software and will also be provided in Portable Document Format (PDF) suitable for posting to Government websites during solicitation. Design using Syst?me Internationale (SI) Metric Units may be required. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The selection will be based on the criteria listed below. Criteria 1 and 2 are most important and equally weighted. Criteria 3 through 9 are in descending order of importance. 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. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. 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 design projects completed on a Federal Installation: piers, wharves, quaywalls, drydocks, fendering systems, and floating metal or concrete structures; c) Design-Build RFP preparation projects; and d) Projects with an estimated construction cost of $100K to $10M. SUBMISSION REQUIREMENTS: The SF 330 Part One is limited to 75 single-sided pages (this restriction does not include Criteria 8). Submit an SF330 Part Two for the Offeror, branch offices, and key subconsultants composing the proposing team. Minimum font size is 10. Submit the following: a) one original and two copies of the SF 330 for the prime offeror (SF330 should also include the team?s key subconsultants) addressing the following selection criteria information; b) one original and one copy of Criteria 8 which shall be bound separately from the SF330; and c) one compact disk with SF330 in both native file and in Adobe Acrobat formats. SF330, Section B: Architect Engineering Point of Contact: In block 5, list firm's DUNS, CAGE, and TIN 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 AND EXPERIENCE: Professional qualifications and experience of the proposed team members to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in the Statement of Work section above. Submission Requirements: Provide brief resumes of Key Personnel, including those of each proposed team member who will serve as Project Manager, discipline Designers of Record (DOR), 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 Project Managers and DORs must be professionally registered in their discipline. Provide license number in addition to state of registration and discipline in Block 17 of the resume. Licensing may be verified. 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 with the type of work described in the Statement of Work section above. 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. Firms with multiple offices shall indicate which office completed each project listed. A project is defined as either a single function contract or a single task order under an Indefinite Delivery Indefinite Quantity or On-Call type contract. 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 Criteria 3 through 9 only. Any additional information submitted in Section H pertaining to Criteria 1 and 2, other than past performance information, will not be evaluated. 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 on projects submitted under Criteria 2, in terms of quality of work, cost control, and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of relevant past performance information will be evaluated neither favorably nor unfavorably. Submission Requirements: For projects provided as experience under Criteria 2 submit: a) If not a federal contract, provide facility owner documentation of the firm?s performance issued on that contract. If no documentation exists, so state; b) Provide accessible owner points of contact- name, title, address, telephone number, and fax number; and c) Provide copies of awards and letters of appreciation/commendation. NOTE: If a federal contract, copies of DD Form 2631s, ?Performance Evaluation ? (Architect ? Engineer)? are not required. 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, and how the prime firm ensures quality consistently across the entire team; c) Address the team?s QC processes for checking design-build RFPs and verifying plans & specifications for coverage of customer requirements; avoidance of errors and omissions; 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 coverage of customer requirements, and identification of errors and omissions; and d) Illustrate success in implementing the program. CRITERIA 5, LOCATION: Firm?s ability to adequately serve the NAVFAC NW AOR and demonstrated knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the NAVFAC NW AOR. Submission Requirements: Address the team's capability to adequately serve the NAVFAC NW AOR relative to firm location. Describe and illustrate the team?s knowledge of design approaches, construction materials, codes/ordinances, costs, and other conditions unique to the NAVFAC NW AOR. CRITERIA 6, 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 each design team, describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and c) Discuss how surge workload would be managed. CRITERIA 7, SUSTAINABLE DESIGN AND ANTI-TERRORISM FORCE PROTECTION: Demonstrated success and knowledge in sustainable design and anti-terrorism force protection. Submission Requirements: Describe the team?s experience in sustainable design, use of the U.S. Green Building Council?s 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. 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. CRITERIA 8, COMMITMENT TO SMALL BUSINESS CONCERNS (FOR LARGE BUSINESSES ONLY): 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 listed, identify the proposed names of the small businesses, and the dollar amount and subcontracting percentage the prime anticipates subcontracting to each small business firm. NOTE: If a large business firm is selected for award, an acceptable subcontracting plan must be submitted before price negotiations begin for award. The subcontracting plan must reflect the following NAVFAC 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%. CRITERIA 9, VOLUME OF WORK: Volume (dollar amount) 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 to include dollar value. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. List only basic contract awards; listings of Task Orders and contract modifications is neither required nor desired. 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 processes; 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, (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 (CCR) prior to contract award. Registration information is available at their website, http://www.ccr.gov. Failure to register in the CCR may render your firm ineligible for award. Architect-Engineer firms that meet the requirements in this announcement are invited to submit a completed SF330 to: Naval Facilities Engineering Command, Northwest, Attn: Cindy Harley, 1101 Tautog Circle, Suite 203, Silverdale, WA 98315, no later than 4:00 p.m. local time, PDT, on 05 April 06. Submittals received after this date and time will not be considered. HAND CARRIED RESPONSES WILL NOT BE ACCEPTED. Electronic (e.g. e-mail, facsimile) submittals are not authorized. Firms not providing the required information may be negatively evaluated. 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 before submission of your SF330. Plan-holder list is available via the ESOL website under this solicitation number. E-mail address for inquiries is: Cindy.Harley@navy.mil.
 
Place of Performance
Address: See description
 
Record
SN01000907-W 20060308/060306212522 (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.