Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Structural/Waterfront Design and Engineering Services for Projects at Military Installations in Hampton Roads, Virginia Within The Cognizance of the Naval Facilities E

Notice Date
5/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Headquarters, Facilities Support Contracts, 6506 Hampton Blvd Code AQ12, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
23508-1278
 
Solicitation Number
N40085-07-R-0936
 
Response Due
6/18/2007
 
Archive Date
7/3/2007
 
Point of Contact
Joy Slater, Contract Specialist, Phone 757-322-8255, Fax 757-322-4611,
 
E-Mail Address
joy.slater@navy.mil
 
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. Engineering Services are required for preparation of plans, specifications, cost estimates, related studies, field investigations (including above and below water inspections), all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction for several projects of a structural engineering nature. The Government will reserve an option to negotiate final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects. Typical projects may involve the following: analysis/repair/alteration/replacement/new construction of the following systems/structures-- floors, roofs, walls, industrial doors, slabs, foundations, columns, supports, frames, abutments, manhole type structures, bridges, quay walls, piers, bulkheads, retaining structures, storage tanks, cranes, and other similar projects of a structural nature. Types of structures may be: personnel support facilities such as barracks, gymnasiums, administration buildings, recreation facilities, family housing, etc.; industrial type facilities such as shop buildings, warehouses, small plants, maintenance buildings, etc.; and waterfront structures such as piers, wharves, quay walls, bulkheads, fender systems, docks, cleats, bollards, moorings, sheeting pilings, dry docks, etc. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: firms will be evaluated in terms of their recent experience with regard to structural engineering projects similar to the type of work as required by this contract and as explained previously (be as specific as you can in providing your information, including dates and location), involvement of management personnel with this contract and their continuity with the firm. AutoCAD Release 2006 (or higher) format capability is required along with the ability to deliver final design packages and all submittals in electronic format for Electronic Bid Solicitation (EBS). Conformance to the above shall be in accordance with NAVFAC?s required ?Design Procedures? outlined in the latest version of UFC-1-300-09N. Firm must be registered on the NAVFAC ESOL Website; and have knowledge of local codes, laws, permits and construction materials, topography and subsurface conditions, and practices of Southeastern Virginia and Northeastern North Carolina. 2. Professional qualifications and technical competence of the designated project team in the type of work required: Firms will be evaluated in terms of the design staff's active professional registration and certifications in their individual area of expertise. Experience (with present and other firms) and roles of staff members (including consultants) specifically on projects involving structural engineering of a size and type commensurate with those anticipated for this contract. (include an individual?s experience with this firm or other firms provided it is relevant) The firm?s capability to provide qualified backup staffing for key personnel to ensure continuity of services also the firm?s ability to surge to meet unexpected project demands and organization and office management as evidenced by management approach (management plan for this project), and personnel roles in organization. 3. Sustainable Design - Firm will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach. 4. Firms will be evaluated on the ability to perform the work to schedules. Firms will be evaluated on the ability to accomplish similar projects as anticipated for this contract in a 3-4 month time frame after award (give specific examples) and the Firms will demonstrate the ability to manage multiple projects at various stages of design while maintaining quality and meeting established completion schedules. 5. Past performance - Firms will be evaluated on cost estimating ability as demonstrated by comparison of structural engineering design cost estimates with the low bid on similar size and type design projects (give specific examples) (show costs, and the difference as a percentage). Firms will be evaluated on the ability to prepare cost estimates in the computerized SuccessEstimator (frequently referred to as SUCCESS) format, and specifications using SPECSINTACT pulling sections from the Unified Facilities Guide Specs (UFGS) MasterFormat. For the above cost and spec software, firm shall use the latest NAVFAC-approved versions as reference on the Whole Building Design Guide ( www.wbdg.org ) for the Department of Defense. Firms will present past experience with projects involving metric measure (give specific examples). Firms will demonstrate any long term relationships and repeat business with Government and private customers. Firms will present recent performance awards received. 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 of plans and specifications - list key personnel responsible. 7. Firm location. (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract) 8. Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting 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. The duration of the 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 this contract (including option years) will not exceed $5,000,000 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 September 2007. This proposed contract is being solicited as 100% set aside for small business, therefore, replies to this notice are requested from all small business concerns. The small business size standard classification is NAICS 541310 ($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 which 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, 18 June 2007. Responses should be sent to the following addresses: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, PWD FEAD Norfolk, Attn: CODE PRN0221T1, 9324 Virginia Avenue, Norfolk, Virginia 23511-3689. Express Mail Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: CODE PRN0221T1, 9324 Virginia Avenue, Room 309, Norfolk, Virginia 23511-3689. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62470FSC/N40085-07-R-0936/listing.html)
 
Place of Performance
Address: Hampton Roads, Virginia Within The Cognizance of the Naval Facilities Engineering Command, Mid-Atlantic
Zip Code: 23511
Country: UNITED STATES
 
Record
SN01295870-F 20070518/070516221904 (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.