Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOURCES SOUGHT

99 -- Achitectual and Engineerign Services for Facilities Design

Notice Date
2/29/2008
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJP-75 W.J. Hughes Tech Center (ACT)
 
ZIP Code
00000
 
Solicitation Number
DTFACT-08-R-00004
 
Response Due
3/20/2008
 
Point of Contact
Debra Monzo, (609) 485-4962
 
E-Mail Address
Email your questions to debra.monzo@faa.gov
(debra.monzo@faa.gov)
 
Description
The Federal Aviation Administration (FAA) William J. Hughes Technical Center (WJHTC), Atlantic City International Airport, New Jersey, has a requirement for a full and open Architectural and Engineering Services for Facility Design contract as identified in the attached statement of work (SOW). The North American Industry Classification System (NAICS) code is 541330 and the size standard is $4.5 million. Only firms licensed to practice or offer professional engineering services in the state of New Jersey with a facility located within 100 miles driving distance to the William J. Hughes Technical shall be considered. Work type may include, but is not limited to: engineering studies and preliminary designs, final designs and bidding documents, structural analysis, site surveying, asphalt pavement designs, master planning, design/build solicitation preparation, alterations, change in use, additions, new construction, HVAC upgrades, electrical reconfigurations, utility improvements, and site work. The construction support includes shop drawing review, site inspection, and construction management. The work may also require that the A/E obtain services of consultants with specific areas of expertise. These areas may include, but are not limited to, geotechnical, blast resistance, progressive collapse, forensic engineering, surveying, flow modeling, etc. The work may also include Facility Management and Contract Administration Support, including, but not limited to: computerized assessments and prioritization of maintenance and repair, utility system analysis, utility contract analysis, utility metering and billing, third-party quality assurance of operations and maintenance services, technical support on specialized Operation and Maintenance (O&M) issues, claims analysis and negotiations support project management support, including Critical Path Method (CPM) preparation and analysis. The commencement of services will begin on or about June 1, 2008. A single contract award will be based on best value, and will result from two phases. The first phase (this announcement) will include the submission of the completed Standard Form (SF) 330 (Architect- Engineer Qualifications). The FAA will evaluate the first phase submissions utilizing the following evaluation criteria listed in descending order or importance: 1. Professional Qualifications; qualifications of professional staff, education, professional registration, years of experience and other items deemed beneficial such as professional society activities. 2. Specialized abilities, experience and technical competence will be evaluated on the totality of how well the firm's proposal establishes the specialized abilities, recent experience, and technical competence of the team members, individually and as a team, in the type of work required, which may include the following aspects: Magnitude, type and complexity of projects for individual team members is similar to those contemplated for this contract. Experience should be recent; Team members have previous experience working together on projects similar in magnitude, type and complexity to those contemplated for this contract. The prime contractor experience carries more weight than the subcontractor; Individual team members have specialized abilities deemed advantageous to the government. 3. Capacity of the firm to accomplish the work in required time even if several projects are assigned simultaneously. Firm's proposal shall establish that adequate capacity exists, and may include the following aspects: current workload vs. current staffing, scheduled end of current projects, additional staff and offices available for larger projects and surge plans. 4. Past performance of the firm on similar contracts with Government agencies, and private industry, in terms of quality of work, estimating performance, and compliance with schedule. At the end of the first phase, the second phase will commence consisting of interviews for each firm that is considered the "most highly qualified". Those not deemed to be the "most highly qualified" and "not likely to receive contract award" will be advised at the conclusion of phase one by the Contracting Officer. The Government does not have a predetermined number of firms that will be considered "most highly qualified." Debriefings will be accommodated upon written request after contract award. During phase two, pricing information will also be requested by the Contracting Officer in the form of fully burdened rates for labor categories required in support of this contract. Details regarding interviews, presentation and questions are provided as follows: Interviews shall be a maximum of one hour and a firm may send a maximum of four persons. The firm must inform the Government as to who will be attending the interview. The first 15 minutes of the interview the contractor is to brief the FAA on the following: Management approach, quality control approach and commitment to accomplishing multiple projects in a IDIQ environment. The following will be asked of each firm. 1. Provide specific examples of your recent success in estimating, what you feel your overall record is in this area, and what methods of estimating you utilize. 2. Provide brief overviews of recent projects that you feel demonstrate your experience. 3. Tell us about your capability for accomplishing multiple projects in an Indefinite Delivery Indefinite Quantity (IDIQ) environment. Also explain what quality control methods you intend to utilize. 4. Provide instances where you acquired expertise not readily available in your firm. Please describe your ability to locate and collaborate with consultants. and any other clarification that are deemed necessary. At the conclusion of phase two, the Contracting Officer will commence negotiations with the highest technically ranked firm that resulted from phase one and two. Screening Information Request (SIR) will be provided to the highest ranked firm. The SIR is expected to result in an indefinite delivery, indefinite quantity type contract. Resulting task order delivery order(s) will be negotiated and awarded for specific tasks on a firm fixed price basis during the term of the contract. The duration and cumulative value of this requirement is 5 years and shall not exceed $5 million. If negotiations are not successful with the highest ranked firm, the Government will commence negotiations with the next highly ranked firm, and so on until contract award is executed. SF-330 submissions are only requested from the prime vendor and are limited to 50 pages. In addition to the 50-page submission, vendors must also furnish proof (copy of the firm's current Certificate of Authorization) that they are licensed to practice or offer engineering services in the State of New Jersey. Also, the attached business declaration is to be provided. This is not a Request for Proposal. Written questions on this request may be directed, via e-mail only to debra.monzo@faa.gov. To receive further consideration, offerors must complete and submit an original and four (4) copies of each SF-330 response and one (1) copy of the Certificate of Authorization and Business. All documents shall be provided to: FAA William J. Hughes Technical Center, Engineering Services Acquisition Sub-Team, AJP-7951, Attn: Debra Monzo, Atlantic City International Airport, NJ 08405 no later than 2 p.m. (local time) on March 20, 2008. Prospective offerors are hereby on notice to visit the website: http://faaco.faa.gov under current announcements for the William J. Hughes Technical Center frequently for updates on this procurement. The FAA will utilize contractor support (Precision Infrastructure, Incorporated (PII)) for this contract and resultant delivery orders. PII employees will not be member of the Technical Evaluation Team, but may assist in meeting with customer organizations and reviewing price proposals. PII employees will sign all Non-Disclosure and Conflict of Interest Statement for this procurement. The exclusive responsibility for source selection remains with the FAA. This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract, or issue a SIR. The Government is not liable for cost associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for the cost incurred in responding to this public announcement.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6463)
 
Record
SN01520691-W 20080302/080229224138 (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.