Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2006 FBO #1804
SOLICITATION NOTICE

C -- Professional architectural and engineering services for preparation of design/build RFPs and occasional 100% design services for various project types NAVFAC , Southeast AOR

Notice Date
11/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N69450-07-R-0055
 
Response Due
12/2/2006
 
Archive Date
12/17/2006
 
Description
THIS PROCUREMENT IS ADVERTISED AS UNRESTRICTED Three contracts will be awarded to provide professional architectural and engineering services for preparation of design/build RFPs and occasional 100% design services for various project types at DOD and non-DOD activities in the area of responsibility served by Naval Facilities Engineering Command, Southeast. Firms may apply for one or more of the contracts; however, a firm will not be awarded more than one contract. Firms shall indicate in Block 1 of their SF 330 the contract number for which they wish to be considered. NAVFAC Southeast has an Area of Responsibility (AOR) that includes the following: Alabama, Florida, Georgia, Louisiana, Mississippi, South Carolina, Texas, Puerto Rico, Guantanamo Cuba, and Andros Island Bahamas. The first, N69450-07-D-0055, geographically covers and will be used for Navy and Air Force bases in TX, LA, MS, AL, GA, and SC, but not including military bases along the Gulf coast. The second, N69450-07-D-0056, geographically covers and will be used for Navy and Marine Corps bases in Florida (except for the Gulf coast of Florida from Panama City to the Alabama border), Kings Bay, Georgia, Guantanamo Cuba, Andros Island Bahamas, and Puerto Rico. The third, N69450-07-D-0057, geographically covers and will be used for will be used for Navy and Air Force bases along the Gulf coast from and including Texas to Panama City, Florida. All three contracts may also be used at other DOD or non-DOD facilities in the geographic area for which NAVFAC, SE performs work and on occasion, will be tasked to provide the services described herein at Government activities outside the AOR of NAVFAC, SE. These actions will be decided on a case-by-case basis approved by the contracting officer. It is anticipated that most work will be in the NAVFAC SE area of responsibility. The three contracts will serve as backup to each other. In the event that a firm?s capacity or ability to handle the workload is exceeded or the firm?s performance is unsatisfactory to the Government, a backup plan will be utilized; for example, Contract A will backup Contract B; Contract B will backup Contract C; Contract C will backup Contract A. The specific backup plan will be designated upon contract award. Installations include, but are not limited to, Naval Bases, Marine Bases, Air Force Bases, and Navy and Marine Corps Reserve Centers. Project task orders for these contracts will be for projects with construction values generally above $100,000, with most projects in the $1M - $30M range; although smaller and larger projects may be included. Multiple projects may be packaged into a single construction contract. The work requires architectural and engineering services necessary for the preparation of technical statements of work that will be used in soliciting design-build contracts. The A/E may be required to assist in evaluating design-build proposals and reviewing design-build contractor?s design and construction submittals to insure that they meet the performance requirements of the Request for Proposals (RFP). Services may also include field investigation and facility damage assessments after hurricanes or other storm events. The A/E may be asked on occasion to prepare 100% plans and specifications for advertisement. Specific duties include architectural programming, geotechnical investigation, surveying, cost estimating and DD 1391 preparation and other preliminary project documentation. The projects associated with this contract shall involve any combination of the architectural, civil/structural, mechanical, fire protection, and electrical engineering disciplines. If needed, studies and collateral equipment lists shall also be included. Projects in these contracts will include Leadership in Environmental Engineering and Design (LEED). All work shall be done in either English or metric units, as directed by the Government. Selected firm will not be able to propose on design-build task orders for which the firm or any of the firm?s subcontractors has assisted the Government in the preparation of the design-build technical statement of work or plans and specifications. Each discipline must have experience in the following areas: ARCHITECTURAL ? Architectural programming and space planning and the ability to prepare performance-based technical statements of work as well as designs primarily for new construction with limited repairs, alterations, and additions including, but not limited to, demolition, roofing systems, interior and exterior features and finishes, landscape design, graphics presentation (including photography and renderings) and physical planning. CIVIL/STRUCTURAL ?Geotechnical studies/testing and associated work, topographic/utility and boundary surveys, demolition and site preparation. The ability to prepare performance based technical statements of work as well as 100% designs on items such as: storm drainage systems, soils grading and associated work, roads, parking lots, fencing, water collection systems, water treatment and distribution systems, minor hazardous waste cleanup and removal, building foundation systems, structures and foundations for towers, platforms, catwalks, tanks, manholes, utility support systems and other such similar buildings, waterfront facilities including bridges, pier/bulkhead, quay wall structures and fender systems, marine sounding and surveys, corrosion surveys and studies, water intrusion studies and surveys, traffic studies, and underwater surveys on marine structures. Also included will be airfield related pavement design and blast design. MECHANICAL ? Ability to prepare performance based technical statements of work and designs for: heating, ventilation, and air conditioning systems; industrial ventilation; control systems; steam and hot water boilers and converters; chilled and hot water distribution; compressed air and vacuum systems; medical gas; engine generator installations, plumbing systems, site mechanical systems and other such mechanical systems. ELECTRICAL ? Ability to prepare performance based technical statements of work and designs for interior and exterior electrical distribution systems up to 26.4 KV, transformers, substations, switch gear, interior and exterior lighting systems including airfield lighting, intrusion detection systems and similar type electrical work. Design of these facilities will include all related mechanical and electrical utilities for roads, parking lots, concrete pavement, sidewalks and general site improvements. FIRE PROTECTION ? Ability to prepare performance based technical statements of work and designs for fire suppression and protection systems. ENVIRONMENTAL ? Ability to prepare performance based technical statements of work and designs for asbestos abatement, lead abatement, and disposal of hazardous materials associated with demolition and renovations projects. The on-site data gathering and on-site schematic development charrettes will be used on these projects. Respondents should demonstrate their past performance and familiarity with this process through the use of in-house staff or outside consultants. Identify each team member?s experience with respect to interactive conceptual design teams. In addition to services directly related to design, the following services may be required during the life of the contract: studies, surveys, review of shop drawings, construction consultation and construction inspection services, Title II inspection services, preparation of Operations/Maintenance manuals, and construction record drawing preparation. On D/B RFP?s, the A/E may be required to conduct comprehensive asbestos and lead paint surveys and provide designs, which will provide for the removal and disposal of these hazardous materials in accordance with applicable laws and regulations. The total value of each contract will not exceed $7,500,000. A minimum guarantee of $20,000 is payable once over the life of the contract. The contract period is one year with four one-year options for the complete services described above. The following criteria (listed in descending order of importance) will be used for selection: 1. PROFESSIONAL QUALIFICATIONS: a) Technical qualifications of the firm?s design team members to conduct and document project programming charrettes, for new construction projects, repairs, alteration and additions for projects similar in scope and size to the work described herein. Also, demonstrate the ability to accurately investigate and document existing site and environmental conditions. b) Experience in and knowledge of multi-discipline design projects; c) Knowledge of Navy and Air Force regulations through recent design experience; d) professional registration of each discipline?s key personnel; e) An engineer registered in the discipline of fire protection engineering with at least 5 years of full time fire protection experience; f) A registered communications distribution designer; g) An engineer or architect with at least 10 years of roofing and waterproofing design experience and who is either a Registered Roofing Consultant (RRC) certified by the Roof Consultant Institute (RCI) or is a Certified Roofing Consultant (CRC) certified by the Institute of Roofing Waterproofing Consultants (IRWC); h) An interior designer qualified by any of the following: National Council of Interior Design Qualifications (NCIDQ), professional member of ASID, state registered, state licensed, or is a registered architect who has 5 years experience in the practice of interior design; and i) A registered civil or structural engineer with at least 5 years experience in wind and seismic design. j) An engineer or architect with U. S. Green Building Council LEED certification and can demonstrate leading a project that received a LEED certification from the US Green Building Council. 2. SPECIALIZED EXPERIENCE: a) Recent multi-discipline experience of proposed design team, including consultants, in the preparation of performance base specifications for use in design build projects similar in scope and size to the work described herein. b) Post construction contract award services on similar projects to ensure design and construction quality meets the performance requirements described in the technical statement of work that they prepared. 3. PERFORMANCE: Past performance on contracts with DOD and private industry in terms of cost control, quality of work, and compliance with performance schedules. 4. CAPACITY: a) Capacity of the firm and proposed design team to perform multiple projects concurrently and to provide multiple team members for each discipline to perform hurricane damage assessments; b) Ability of the firm to sustain the loss of key personnel while accomplishing the work within the required time limits. 5. LOCATION: a) Knowledge of probable site conditions; b) Knowledge of regulatory requirements that would affect projects; and c) Geographic location of the firm to ensure timely response to requests for on-site support. Provide one original plus three copies of Standard Form 330. To assist the evaluation committee in reviewing your application, ensure that the following information is provided: Professional Qualifications: SECTION E, RESUMES OF KEY PERSONNEL: Include resumes of team members with the required professional qualifications and specialized experienced sited above. Also include resumes of proposed project managers/team leaders. SECTION F, EXAMPLE PROJECTS: Include a description of at least five germane, recent projects. One project must be a project that received a LEED certification from the US Green Building Council. SECTION H, ADDITIONAL INFORMATION: Performance: Provide a tabular listing of all excellent performance ratings and letters of commendation from both private and DOD clients (Designate your role: prime, consultant or joint venture partner) and identify the proposed team members that worked on these projects. These ratings should be dated 2000 or later and should include those for joint venture partners and consultants. Include points of contact (name & telephone number) for the client. Capacity: Submit an organizational chart with the following information, including professional registration held (PE, RA, etc) for each person: Principal point of contact, project managers, at least 4 registered professionals in each primary discipline, and all key specialists with at least one alternate for each specialist. Make sure all architectural and engineering disciplines and all specialists listed under the ?Professional Qualifications? paragraph above are included. Also identify any other personnel and describe your capacity to provide on-site damage assessment teams (multiple personnel in each discipline) within one or two days after a hurricane, or other natural disaster, for multi-week assignment. Summarize your ability to start project development in February 2007. Location: Provide a list of recent projects performed by the firm or joint venture partners and appropriate consultants in the areas encompassed by these contracts. Also include the types of regulatory requirements involved with each project. Describe your approach to obtaining geotechnical investigations, topographical site surveys, and hazardous materials investigations throughout the geographic area of the proposed contract. Volume of DOD work: Firm will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms and firms that have not had prior DOD A/E contracts. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Firms will be evaluated on the extent to which they identify and commit to small businesses, veteran-owned small business, HUBZone small business, small disadvantaged businesses, and woman-owned small business concerns as consultants in performance of these contracts. The current subcontracting goals established for these contracts for subcontracted work is 76.07% for small businesses, 15.88% for small disadvantaged businesses, 14.22% for woman-owned businesses, 1.29% HUB Zone businesses, 3% for veteran-owned businesses, and 13% disabled veteran-owned business. Any large firm that is short-listed will be required to submit a subcontracting plan before price negotiations begin for contract award. At the selection interview, A-E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control process, a portfolio of design work (both new construction and upgrades to existing facilities), a listing of present business commitments and their required completion schedules, financial and credit references (include name and telephone numbers of officers at their financial institutions), and performance references other than NAVFAC Southeast (include three or more with names and telephone numbers of the contract administrators). The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME ON 4 December 2006. Submittals received after this date and time will not be considered. Offeror?s must also be registered in the Contractor?s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Include telefax numbers and e-mail address in Block 3a and the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4.5M. For each contract, label lower right corner of outside mailing envelope with ?A-E Services, N69450-07-D-0055? or ?A-E Services, N69450-07-D-0056 or ?A-E Services, N69450-07-D-0057?. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Commanding Officer, Naval Facilities Engineering Command, Southeast, 2155 Eagle Drive, North Charleston, SC 29406 (P. O. Box 190010, North Charleston, SC 29419-9010). Address all responses to Attn: Code ACQ21, Eleanor Drake. Facsimile and electronic submittals will not be accepted.
 
Place of Performance
Address: Various locations
Zip Code: 29406
Country: UNITED STATES
 
Record
SN01175334-W 20061104/061102220946 (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.