Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
MODIFICATION

C -- Indefinite Quantity Contract for Architectural Design and Engineering Services for Project at Military Installations throughout the NAVFAC MIDLANT Area of Responsibility

Notice Date
12/20/2007
 
Notice Type
Modification
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, Department of the Navy, Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland AV., Norfolk, VA, 23511, UNITED STATES
 
ZIP Code
23511
 
Solicitation Number
N40085-08-R-2114
 
Response Due
2/15/2008
 
Point of Contact
Holly Newton, Contract Specialist, Phone 757-322-4597, Fax 757-322-4611
 
E-Mail Address
holly.newton@navy.mil
 
Description
Engineering and Design Services are required for an Indefinite Quantity Contract for Architectural Design and Engineering Services for Projects at Military Installations throughout the Naval Facilities Engineering Command, Mid-Atlantic's (MIDLANT) Area of Responsibility (AOR). The MIDLANT AOR includes the entire mid-Atlantic and northern-Atlantic regions including, but not limited to Virginia, North Carolina, West Virginia, Maine, Vermont, New Hampshire, Massachusetts, Rhode Island, Connecticut, New Jersey, New York, Pennsylvania and Delaware. The preponderance of work will be in the Hampton Roads, Virginia Area and include parts of North Carolina. Projects can be categorized as architectural in nature and shall include, but not limited to: personnel housing facilities (Bachelor Enlisted Quarters (BEQ) and Bachelor Officers' Quarters (BOQ)); office facilities; training facilities (operational, maintenance and classroom); and industrial maintenance facilities (Vehicle Maintenance Shops, Shore Intermediate Maintenance Activities, Aircraft Maintenance Hangars, Public Works Shops, Warehouses): (a) General building renovation work, i.e., repair/replacement of roofs, windows, doors, ceilings, floors, restrooms, and exterior and interior building finishes; (b) Minor building additions and construction of minor new facilities; and (c) Conduct Life Safety Code Studies and interior space planning/design studies. Architect-Engineering and Engineering Services that may be required under this contract include preparation of DD Form 1391 documentation, plans, specifications, preparation of Requests for Proposals (RFPs) for design/build projects, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), sustainable engineering design practices, and construction inspection and engineering consultation services during construction. The DD Form 1391 documentation is prepared in the Navy's Electronic Procurement Generator (EPG) and includes cost valuation, surveying, concept sketches, site sketches with utility points of connections; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, Design/Build RFPs utilizing NAVFAC DB Masters, and drawings in AutoCad format utilizing the National CADD Standards format with NAVFAC MIDLANT required modifications. Firms will also be required to provide documents in pdf format. Final documents will require electronic signature using the Navy's DeSign signature software. Some projects may also require design in the metric system. The contract requires that the selected firm have on-line access to E-mail and the Internet for routine exchange of correspondence. As defined by paragraph 1-6 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant. Also, in accordance with UFC 3-100-10N, the services of a practicing, certified or registered interior designer will be required for this contract. 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), (8) and (9) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: (a) Past experience with regard to the design of the type work listed above. (b) Experience with sted above. (b) Experience with designing facilities using the metric system of measurement as required by the NAVFAC metrication conversion Policy for Design, Planning and Design Criteria, NAVFAC Guide Specifications, and Design/Build RFPs using the Whole Building Design Guide 6 part format. (c) Firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, construction inspection services, and OMSI). (d) Past experience in the preparation of design/build RFPs. (e) Knowledge of local codes, laws, permits and construction materials and practices of the contract area. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Active professional registration. (b) Past experience in the type of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically on projects addressed in Evaluation Factor 1. (c) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (d) Organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in the organization. 3. Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED?) Green Building Rating System. Identify examples indicating design team (including consultants) experience and concepts employed, LEED? certification points anticipated and final LEED? points awarded, and LEED? certified professionals proposed for this contract. 4. Ability to perform the work to schedules and capacity to accomplish a variation of 5 taskings simultaneously. Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period. 5. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. 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 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. 9. Small Business and Small Disadvantaged Business Subcontracting Plan: Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 76.78%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) ? 16.03%; Women Owned Small Business (WOSB) - 14.37%; Veterans Owned Small Business (VOSB) ? 3.00%; Services Disabled Veteran Owned Small Business (SDVOSB) - 3.00%; and HUBZone Small Business - 1.35%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. 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 $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 March 2008. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all 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 2:00 p.m. EST, 15 February 2008. Responses should be sent to the following addresses: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Code OPHRAQ:HMN, 9742 Maryland Avenue, Norfolk, Virginia 23511-3095. Express Mail Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Code OPHRAQ:HMN, 9324 Virginia Avenue, Room 118, Norfolk, Virginia 23511-3689. Late responses will be handled in accordance with FAR 52.215-1. Access to the Naval Base to hand-carry submissions must be requested 3 working days before response date. NOTICE TO ALL PROPOSERS: Due to increased security at all military installations, Proposers who do not currently have a valid Contractor?s ID and Vehicle Decal issued by the Department of Defense (DoD), must allow sufficient time to obtain a one-day pass to permit entry into the base. In accordance with Naval Station security regulations, all prospective visitors and contractor personnel are hereby notified that in order to obtain a one-day visitor?s pass, the person must present their driver?s license and vehicle registration and/or rental car contract. Contractor personnel planning to submit their proposal in person, who do not have a valid Contractor?s ID and a DoD decal on their vehicle, must submit a written request, fax a memorandum/letter or send an e-mail, requesting a one-day pass to access the Naval Station. The written request shall include the company?s name, complete address, point of contact, phone number, fax number, e-mail address and the full legal name of each representative. The request shall be sent to: Holly Newton, Contract Specialist, via fax to (757) 322-4611, or e-mail information to holly.newton@navy.mil four (4) business days prior to the proposal due date. Personnel and vehicle one-day passes may be obtained at the Norfolk Naval Station Pass Office located on 9040 Hampton Boulevard, Norfolk, VA across from Gate #5. It is imperative that all potential proposers adhere to this notice in order to avoid delay in submitting your proposal. Also be advised by this notice that the level of security at the Norfolk Naval Station may change at any time. As the level of security heightens, the amount of time required to gain access to the Naval Station also increases. 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. Original Point of Contact Deborah Abell, Contract Specialist, Phone 757-444-1138 3057, Fax 757-445-5063, Email deborah.abell@navy.mil - Brenda Perkins, Contracting Officer, Phone 757-444-1138 ext 3061, Fax 757-445-5063, Email brenda.a.perkins@navy.mil Current Point of Contact Holly Newton, Contract Specialist, Phone 757-322-4597, Fax 757-322-4611, Email holly.newton@navy.mil - Brenda Perkins, Contracting Officer, Phone 757-444-1138 ext 3061, Fax 757-445-5063, Email brenda.a.perkins@navy.mil NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 12-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N40085-08-R-2114/listing.html)
 
Place of Performance
Address: DEPARTMENT OF THE NAVY, COMMANDING OFFICER, NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC, CONTRACTS OFFICE 9742 Maryland Avenue Norfolk, Virginia
Zip Code: 23511-3095
Country: UNITED STATES
 
Record
SN01531334-F 20080314/080312230759 (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.