Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOLICITATION NOTICE

C -- IDQ FOR FACILITY PLANNING AND LANSCAPE ARCHITECTURAL SERVICES AT VARIOUS LOCATIONS NAVFAC WASHINGTON

Notice Date
3/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40080-07-R-0494
 
Response Due
5/12/2007
 
Archive Date
5/27/2007
 
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. SF 254s AND SF 255s WILL NOT BE CONSIDERED. This procurement is being advertised as a Small Business Set-Aside. The small business size standard classification is NAICS 541320 ($4.5M). Architect-Engineer (A-E) services are required for a firm fixed-price Indefinite Quantity (IDQ) contract primarily for facility planning and landscape architectural services at various locations under the Area of Responsibility (AOR) of Naval Facilities Engineering Command (NAVFAC) Washington. The NAVFAC Washington AOR includes Washington, DC, Virginia, and Maryland. However, on occasion, work may be required in other areas in the continental United States and Hawaii. Services shall be accomplished in the firm?s office, with the exception of field investigations, surveys, site visits, meetings, and other on-site work required by individual task orders. Lead discipline shall be licensed or certified as a landscape architect in a Mid-Atlantic and or Northeastern U.S. state. EVALUATION FACTORS The A-E must demonstrate the firm?s and each key consultant?s qualifications with respect to the published evaluation factors for all services. A-Es shall provide qualifications based on completion of projects within the past 5 years and indicate year of completion for each project listed. Evaluation Factors (1) through (3) are considered of most importance and equal. Factors (4) through (6) are of equal importance, and Factors (7) through (9) are of lesser importance and will be used as tie-breakers among technically equal firms. 1. Specialized Experience. a. Past experience with regard to planning, landscape architecture and facility site maintenance and management for municipalities, large universities, large multi-use industrial complexes, governmental agencies, large ports, airfields, recreational areas and parks, golf courses, and site revegetation and or stabilization areas; b. Current knowledge of Department of Defense (DoD), and Navy including NAV2030; c. Planning and landscape architectural services ranging from very small site assessments and designs to large multi-complex masterplanning, site and visual analysis, process-oriented design, and construction documentation, including as-built drawing preparation; d. Project documentation in a Design-Build Request for Proposal (RFP) format or a fully designed Design-Bid-Build format; e. Development and update of Navy facility planning documents, including Basic Facility Requirements (BFRs), Engineering Evaluations (EEs), Property Record Cards, and Facility Planning Documents. f. Project Documentation (1391s) for activity and region Military Construction and Special Projects; g. Regional Planning Products, Master Plans, Recapitalization Plans, and Capital Improvement Plans; h. Special Planning Studies, to include Scoping Studies; i. Base Development Visioning and Scenario Planning; j. Business Case Analyses and Economic Analysis; k. Integrated Logistics Systems (ILS) studies, to include surveys, facility management plans, requirements and criteria generation and logistics element manager support; l. Base Exterior Architecture Plans (BEAPs) and Installation Appearance Plans (IAPs); m. Experience with moderating design and planning charettes and designation of who the firm would designate to perform the duty on this contract; n. Knowledge and experience with regionally native plants for the areas served within this contract; o. Anti-Terrorism/Force Protection Plans: Indicate familiarity with anti-terrorism/force protection criteria for the safety of personnel in military facilities and associated mitigation measures in planning, design and construction, including but not limited to stand-off distances, blast resistant design and prevention of progressive collapse, particularly related to site design for physical security, such as gates, various barrier methods, and the effective use of anti-terrorism space around buildings. p. Traffic Studies and Parking Studies; q. Encroachment Plans; r. Documentation related to the above planning, including updating existing condition maps and engineering feasibility studies; s. Experience with preparing engineering cost estimates using historical data, SUCCESS/PACES, RS Means, and the Tri-Services Unit Price Book; t. Experience with federal, state, and local regulation documentation, primarily within the jurisdictions of Washington, DC, Virginia, and Maryland. Also provide team experience and familiarity with the National Environmental Policy Act (NEPA), U.S. Fish and Wildlife Service (USFWS), State Historic Preservation Office (SHPO), and other historical, cultural and environmental agencies associated with planning documentation; u. Experience and required licenses and or accreditations in hazardous material (i.e. asbestos, lead, lead paint) testing and abatement planning. 2. Professional Qualifications and Technical Competence of Team Members and the Depth of Firm: a. Active professional licensure, certification and or accreditation of individual team members in their respective specialty within this contract. b. Individual team members' expected roles in this contract. Only list team members who will actually perform major tasks under this contract. c. Roles that individual team members played in the projects addressed in Evaluation Factor 1. 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. In-house Computer Aided Design (CAD) and freehand graphic presentation skills; g. Incidental services in support of the primary planning and landscape architectural services, such as horticultural/arboricultural analysis and documentation, landscape architectural expertise in climate areas outside of the Eastern and or Northeastern U.S., civil engineering and surveying, architecture, electrical engineering, historic preservation and documentation, geotechnical and environmental engineering, cost estimating, and specification writing; 3. Past Performance: a. Evaluation will include past performance with respect to work quality, compliance with schedules, and cost effectiveness (with an emphasis on projects addressed in Evaluation Factor 1. Provide at least 3 examples of actual projects similar in size and type to the work required in this contract and for each project, list the following: 1. Total project size and budget, including size of firm?s involvement; 2. Percentage of work inside or outside of original planned budget; 3. Projected and actual completion schedules; 4. Name of client and contact information. b. List any recent (within past 5 years) favorable awards and commendations. Reference issuing agency or company and respective date. If a federal contract, state evaluation type and rating. If not a federal contract, provide any applicable similar evaluation information. If no documentation, state so. 4. Capacity of Firm to Accomplish Work in Required Time: a. Explain how work under this contract will integrate with the firm?s overall current and projected workload and how the firm will conduct multiple task orders simultaneously. Provide team hierarchy including consultants; b. Show capacity, either in-house or through consultants, to perform a wide variety of facility planning services. Indicate for each team member, percentages of current and projected workload and expected percentage of availability for task orders over the course of this contract. Indicate how the firm will manage and divide the task orders assigned on this contract; c. List other DoD IDQ contracts awarded within the past 12 months. Provide the value, the number of options, and the start and finish dates. 5. Sustainable Planning a. Evaluation will include the team?s knowledge and demonstrated experience in applying sustainability concepts through an integrated planning approach. Identify specific examples of concepts employed on past projects; b. Provide project experience with Leadership in Energy and Environmental Design (LEED) planning and processing, and familiarity with the LEED rating system, particularly with relation to site design; c. Provide project experience that incorporated the National Governor?s Association Principles for Better Land Use and ?smart growth? approaches to growth management; d. Indicate team members available for sustainable planning on this contract and their qualifications. 6. Quality Control Program. a. Evaluation will include the acceptability of the firm?s internal quality control program used to ensure technical accuracy and discipline coordination. Describe internal quality control on prior contracts including the following: 1. Current methods for quality control of documents; 2. Team member or members available for quality control, their expected duties on this contract and their qualifications; 3. How review comments are managed; 4. How the firm manages client input. 7. Firm location in the General Geographical Area of the Contract AOR and Knowledge of the Locale: a. Firm location within the Mid-Atlantic or Northeastern U.S.; b. Demonstrate experience with Navy bases and installations within the NAVFAC Washington AOR; c. Demonstrate knowledge and experience working with federal, state, and local regulatory agencies that have cognizance over facility planning and site design installations throughout the NAVFAC Washington AOR; d. 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. 8. Volume of Work: a. The DoD must review contracts previously awarded to the firm by DoD within the past 12 months with the objective of effecting an equitable distribution of A-E contracts among qualified firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. Assessment will include information provided from evaluation Factor 4. NAFAC Washington will make (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 four (4) additional one-year option periods. 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 with the A-E performance under the subject contract. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 for the entire contract term. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract limitations: $1,000,000 limit per year. Minimum guarantee: $50,000 for the life of the contract. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date: August 2007 NAVFAC Washington advises that all A-E firms register in the DOD Central Contractor Registration (CCR) Database, a requirement prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. Registration can be accomplished through the internet 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.For more information, check the DOD CCR Website: http://www.ccr.gov. 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 telephone and fax numbers, email address, DUNS number, CAGE code, and Taxpayer Identification Number (TIN) 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 SF330s will be reviewed. The SF 330 is limited to 50 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. Information in the cover letter and any other attachments will not be included in the official selection review process. Submit SF 330 to: NAVFAC Washington Tammey L. Crouse 1314 Harwood Street, SE, Building 212, 1st Floor Mailroom, Washington Navy Yard, Washington, DC 20374-5018 no later than 2:30 p.m. local time, EST, on 12 May 2007 Submittals received after this date and time will not be considered. Firms not
 
Place of Performance
Address: Washington, DC
Zip Code: 20374-5018
Country: UNITED STATES
 
Record
SN01261340-W 20070330/070328221459 (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.