Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2007 FBO #1923
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Professional Engineering Services For Basic Facility Requirements and Engineering Evaluations throughout NAVFAC Atlantic's Area of Responsibility

Notice Date
3/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Utilities Branch, Code AQ12 6506 Hampton Blvd, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62470-07-R-7006
 
Response Due
4/2/2007
 
Archive Date
4/3/2007
 
Small Business Set-Aside
Total Small Business
 
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. Professional engineering services are required for an Indefinite Quantity Contract for Projects located primarily within the Naval Facilities Engineering Command, Atlantic's (NAVFAC LANTs) Area of Responsibility (AOR). The NAVFAC LANT AOR includes the entire continental United States (CONUS), Caribbean, and outside continental United States (OCONUS), including Europe, Africa, Western Asia, and South America. Some task orders may address non-Navy sites or other Navy regions outside the NAVFAC LANT AOR to support joint service or global efforts. The primary tasks anticipated under this contract include developing Basic Facility Requirements (BFR) documents and performing Engineering Evaluations: Basic Facility Requirements (BFRs) are developed to determine what facilities are required to perform the assigned mission. The contractor will calculate BFRs by Category Code, Special Area, and Host and its tenants for each site. BFRs are the result of an analysis of projected mission and base/tenant loading, operational considerations, activity and surrounding community conditions, and sound professional judgment. BFRs are intended to be the minimum facilities necessary for efficient operation and are not directly constrained by anticipated funding levels, individual operational priorities or inefficiencies in existing facilities. An Engineering Evaluation (EE) is an on-site inspection of an Activitys buildings and structures that is performed jointly by the contractor and the activity. During an EE, existing facilities are inspected to verify current occupancy, floor areas and usage, and to assess their ability to satisfy designated present uses. Data will include photos of buildings. The A&E must be able to demonstrate its (and its consultants) qualifications with respect to this description and the published evaluations factors listed herein. The A&E must demonstrate its and each key consultant?s qualifications with response to the published evaluation factors for all services 1. Specialized Experience: Firms will be evaluation in terms of their past experience (and the experience of all proposed consultants) with regard to: (a) Specialized experience and technical competence of particular staff members in application of the NAVFAC P-80 instruction to develop Basic Facility Requirements (BFRs) and P-80, P-78 & P-72 to perform Engineering Evaluations. (b) Knowledge of Navy systems, in particular, the Naval Facilities Assets Database (NFADS) and its various modules. Contractor must demonstrate knowledge of relationship between Basic Facility Requirements (BFRs), Facility Planning Documents (FPDs), and the Facilities Requirements Plans (FRPs) and Property Records (PRs). 2. Professional Qualifications: (a) Professional registration of the engineering staff. It will not be necessary for prospective firms to hold registrations within the entire AOR at the time of submission of the SF 255, but the ability and willingness to obtain registration where it may be needed will be considered in evaluating qualifications. Joint ventures among Contractors/Sub-Contractors for various technical expertise will be encouraged and all Sub-Contractors shall be identified at time of bid along with their qualifications. (b) Recent experience of the firm (within the past 3 years) developing Basic Facility Requirements and conducting Engineering Evaluations. (c) The firm?s capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. 3. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost effectiveness (with emphasis on projects addressed in Evaluation Factor 1). 4. 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. 5. Sustainable Planning: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated planning approach. Identify examples indicating concepts employed. 6. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination. Define the program and list key personnel responsible. 7. 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. 8. This project is 100% Set-Aside for Small Businesses. This is restricted to Small Businesses. There will be two (2) selections made from this announcement. The duration of each contract will be for one (1) year from the date of an initial contract award with four (4) additional one-year option periods. The total amount that may be paid under each of these contracts (including option years) will not exceed $7,500,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options 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 no dollar limit per task order and no dollar 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 May 2007. This proposed contract is being solicited as a Small Business Set-Aside therefore, replies to this notice are requested from all small business concerns. The small business size standard classification is NAICS 541330 ($4,500,000). 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. Architect-Engineer Firms that meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 2 April 2007. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code ACQ (Barbara Spruill), 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: Continental United States, Caribbean, Europe, Africa, Western Asia and South America WORLDWIDE
Zip Code: 23508
Country: UNITED STATES
 
Record
SN01241973-W 20070303/070301221640 (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.