Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Professional Planning and Engineering Services at Marine Corps Base, Camp Lejeune, North Carolina

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC Camp Lejeune, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road, Camp Lejeune, NC, 28547-2521, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N40085-07-R-2620
 
Response Due
8/29/2007
 
Archive Date
10/30/2007
 
Small Business Set-Aside
Total Small Business
 
Description
One firm will be contracted by this announcement. Professional Planning and Engineering Services that may be required under this contract include: a) Development and update of Navy facility planning documents, to include Basic Facility Requirements (BFRs), Engineering Evaluations (EEs), Property Record Cards, and Facility Planning Documents; b) Project Documentation (1391s) for Military Construction (Activity and MCIEAST Installatlions) and Special Projects; c) Regional and Global Planning Products, Master Plans, Recapitalization Plans, and Capital Improvements Plans; d) Special Planning Studies, to include Scoping Studies; e) Base Development Visioning and Scenario Planning; f) Business Case Analyses and Economic Analyses, to include life cycle cost evaluation; g) Integrated Logistics Systems (ILS) studies, to include: surveys, facility management plans, requirements and criteria generation, and logistics element manager support; h) Base Exterior Architecture Plans; i) Anti-Terrorism/Force Protection Plans; j) Traffic Studies; k) Encroachment Plans; l) National Environmental Policy Act (NEPA) Documentation related to planning products; m) Development and update of Navy and Marine Corps facility planning criteria and associated documents; n) Website and Intranet development and implementation; and o) Documentation related to the above planning services, including: presentation and briefing materials, updating existing conditions maps, and engineering feasibility studies. p) Preparation of construction documents including plans, specifications, cost estimates, record drawings, and review of shop drawings. q) Engineering services, to include structural analysis and design; roadway improvement designs; pavement repair; site work including utilities, geotechnical evaluations, wastewater and water conveyance; topographic and boundary surveys; storm water drainage; related permit submissions to regulatory state/federal agencies; collection and laboratory analysis of soil, water, and various compounds under RCRA and other statutes. The firm must demonstrate qualifications (with respect to the evaluation factors stated herein) to perform design of the projects listed above. Firms must be prepared to accept the aforementioned as a part of their contract responsibility. One contract award will be made from this synopsis, N40085-07-D-2620. The contract will be of the Firm Fixed Price - Indefinite Quantity type. The duration of the contract will be for one (1) year from the date of the initial contract award. The proposed contract includes four (4) one year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $3,000,000.00. 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. The A-E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for design and all option services. Evaluation factors (1) through (7) are of equal importance; factors (8) and (9) are of lesser importance than factors (1) through (7). Specific evaluation factors include: (1)Specialized Experience: (a) Familiarity and experience with DOD/Navy planning and facilities management procedures, and documents as previously noted. (b) Preparation of planning studies. (c) Past experience with regard to planning, engineering and management formunicipalities, large universities, large multi-use industrial complexes, Government agencies, large ports and airfields. (d) ability to perform structural analysis and design, design roadway improvements, pavement repair, site work including utilities, and geotechnical evaluations, wastewater and water conveyance, topographic and boundary surveys, storm water drainage, and related permit submissions to regulatory state agencies, collection and laboratory analysis of soil, water, and various compounds under RCRA and other statutes. Firms will be evaluated in terms of the design staff's following qualifications: (a) active professional registration in the state in which the design services will be performed; and (b) experience (with present and other firms) and roles of staff members, specifically on the projects listed in the SF330. Each project should clearly indicate the personnel involved and those personnel should be listed by each project. 2. Professional Qualifications and Technical Competence of Team Members and the Depth of Firm: (a) Active professional registration of individual team members. (b) Individual team members' expected roles in this contract. (c) Roles that the individual team members played in the projects addressed in Evaluation Factor 1 (if applicable). (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) Firms will also be evaluated upon: (a) specific knowledge of the construction materials and practices of Eastern North Carolina; and the Federal and State of North Carolina laws, regulations, codes, and permits applicable to projects of this nature; (b) project experience as listed in the SF330 (provide design schedule, estimate vs. bid amount, and design team for each). (3) Capacity of the proposed design team to accomplish the following schedules: Submission of proposal 15 days following RFP. Final design submittal/study is required within 120 days of contract award. Project design schedules should be given for the same projects listed above for evaluation factors 1 and 2. (4) Past performance on the same projects listed above with Government agencies and private industry in terms of the following: (a) cost control techniques employed by the firm as demonstrated by the ability to establish an accurate project construction budget and design to this budget as evidenced by the low bid amount; (b) quality of work as demonstrated by the history of design related change orders issued during construction; (c) demonstrated long term business relationships and repeat business with Government and private customers; and (d) demonstrated compliance with performance schedules. Project information for this evaluation factor should be for the same projects listed above for evaluation factors 1 and 2. (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, LEED certification awarded, and LEED Certified Professional proposed for this contract. (6) Specific internal quality control procedures proposed for projects of this nature. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. (7) Knowledge in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (8) Location in the general geographical area of the project. (9) The volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense architect-engineer firms, including small and small disadvantaged business firms, and firms that have not had Department of Defense contracts. 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 (A-E) firms which meet the requirements described in this announcement are invited to submit complete, updated Standard Form 330, Architect-Engineer Qualifications to the office shown above. 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 5 and 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. The proposed contract is being solicited as a small business set-side. The small business size standard classification is NAICS 541330 ($4,500,000.00). Firms responding to this advertisement are requested to submit three copies and one CD of the Standard Form 330. Clearly show the office location where work will be done and the experience of those that will do the work and their locations. The closing date for this announcement is August 29, 2007. Firms must submit forms to this office by 4:00 p.m. EST on the closing date. Late responses will be handled in accordance with FAR 52.215-1. Electronic (Email, facsimile, etc.) submissions are not authorized. The successful Offerors must have the capability of receiving and submitting all documents in an electronic format. Also, successful Offerors must have Internet access for browsing and receipt of electronic documents via Email. Submitted electronic documents must be in PDF (Portable Document Format). This is not a request for proposal, and there is no solicitation document or package or plans and specifications to be issued as a result of this announcement or a planholders?/bidders? list.
 
Place of Performance
Address: Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC Camp Lejeune, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic 1005 Michael Road, Camp Lejeune, NC, 28547-2521
Zip Code: 28547-2521
Country: UNITED STATES
 
Record
SN01356655-W 20070801/070730222106 (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.