Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2008 FBO #2308
SOLICITATION NOTICE

C -- ARCHITECT ENGINEER SERVICES - INFRASTRUCTURE ENGINEERING SERVICES FOR CIVIL PROJECTS (INDEFINITE QUANTITY), NAVAL WEAPONS STATION EARLE, COLTS NECK, NJ

Notice Date
3/20/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PUBLIC WORKS DEPT EARLE Naval Weapons Station Earle, Building C-9 201 Highway 34 South Colts Neck, NJ
 
ZIP Code
00000
 
Solicitation Number
N4008508R8025
 
Response Due
4/22/2008
 
Archive Date
7/31/2008
 
Point of Contact
Adam Ginther (732) 866-2152 Richard Rahman, PE (732) 866-2396
 
E-Mail Address
Email your questions to ADAM GINTHER, Contract Specialist, Contracting Officer
(ADAM.GINTHER@NAVY.MIL)
 
Description
Architectural/Engineering Services for site investigation, engineering and design services, and preparation of plans, specifications and cost estimates for projects involving inspection, construction (including design/build RFPs), repair and maintenance of facilities and infrastructure at the Naval Weapons Station Earle, Colts Neck, NJ. The NAICS Code is 541330 and the Small Business Size Classification Standard is $4,500,000. THIS SOLICITATION IS BEING ISSUED AS A SET-ASIDE FOR SMALL BUSINESS THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL SMALL BUSINESS CONCERNS. The contract will be an indefinite quantity type where orders will be placed on an "as required" basis intermittently as the need for work arises. The base period of the contract shall not exceed 12 months with four (4) options to extend the contract term not to exceed 60 months in total duration. The contract maximum shall be $649,900.00 for the duration of the contract. A firm fixed price for the A/E fee per project task order shall be established with no dollar limit per project. There will be a guaranteed minimum of $10,000.00 for the contract. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. It is anticipated that all projects involved in the contract will require all disciplines necessary to provide base infrastructure engineering design and consultation services with experience in civil, structural, electrical and mechanical engineering for the inspection, repair and renovation of buildings, roadways, bridges, piers and other waterfront structures, engineering, planning, environmental studies including wetlands delineation, soil permitting and storm water management, etc. Project task orders issued may include pre-priced phases or options, such as those for Engineering and Design services, or construction consultation associated with Post Construction Award Services (PCAS), that may be exercised up to eighteen (18) months from the final design. During the performance of this contract, hazardous materials/waste assessments or surveys may be required. Firms must be able to accept work that involves asbestos, lead based paint and other hazardous materials. Where hazardous materials are present, the project task order will include identification, sampling and testing, quantifying, and preparation of plans and specifications detailing the procedures to be followed during removal/abatement. Firms unable to accept work involving asbestos or lead paint will not be considered for the contract. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses [SF 330 and other on-line Federal Forms may be downloaded from: http://www.gsa.gov/]. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member who will actually perform the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Selection will be based on the following criteria listed in the order of importance: (1) Specialized experience and competence in the type of work required as stated above; (2) Professional qualifications of staff to be assigned to this project that will assure satisfactory completion of the required services; (3) Past performance with respect to construction cost control, quality of work, and compliance with performance schedules (with emphasis on work performed for the Department of Defense). Similar and specific NAVY and DOD experience in the work is required; (4) Professional capacity of the firm to perform the contemplated work within the required time limits; (5) Demonstrated success and knowledge in Sustainable Design; Anti-Terrorism Force Protection (DoD Instruction number 2000.16, "DoD Antiterrorism Standards"); and NAVSEA OP-5, Vol. 1, Ammunitions and Explosives Ashore Safety Regulations for Handling, Storage, Production, Renovation and Shipping. (6) Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products and how the firm ensures quality consistently across the entire team. Of special interest are the QC processes in place that minimize the government?s effort to QA the A/E?s work product for errors, omissions, and quality. (7) Location of the firm in the general geographic area of the anticipated projects in relationship to knowledge of local site conditions, regulatory requirements, and business/market conditions in the metropolitan New York ? New Jersey Area: ability to provide timely response to requests for on-site support [provided that there is an appropriate number of qualified firms therein for consideration]. (8) Volume of DOD contract awards in the last 12 months. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain management and design team components, QC processes; and to provide design solutions to actual/hypothetical project, etc. Elaborate presentations are not desired. THERE IS NO SOLICITATION PACKAGE AVAILABLE. THIS IS NOT A REQUEST FOR PROPOSAL. THE ONLY INFORMATION REQUIRED IS THE COMPLETED SF-330. Firms which meet the requirements described in this announcement and wishing to be considered must submit one copy of SF 330 Part I and one copy of SF 330 Part II for your firm, and any proposed subcontractors, to: NAVFAC MID-ATLANTIC, PWD Earle Facilities Engineering and Acquisition Division Naval Weapons Station Earle, Building C-9 201 Highway 34 South Colts Neck, NJ, 07722-5025 The SF-330 with attachments shall be limited to 45 pages not smaller than 12-pitch font. Every page that is not a SF-330 will be included in the page count. Firms responding to this announcement by 4:00 p.m. local time on 22 April 2008 will be considered. Submittals received after that time will not be considered. All submittals must show title, location, and solicitation number on the outside of the envelope and sent to the address identified above by either US Post Office or express delivery service. Submittals hand carried by other personnel will not be accepted. Facsimile responses will not be accepted. No materials submitted will be returned. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. No employee or representative of the architect-engineer will be admitted to Naval Weapons Station Earle unless they furnish satisfactory proof that they are a citizen of the United States. If further information is required, contact Mr. Richard Rahman, PE. A/E Manager Coordinator at (732) 866-2396. It is the offeror?s responsibility to check the NECO solicitation website at: https://www.neco.navy.mil/ for any revisions to this announcement or other notices before submission of your SF330. ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the web site at http://www.ccr.gov. Include in Part I, Section B, your Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code. Place of Performance: Naval Weapons Station Earle 201 Highway 34 South Colts Neck, NJ 07722 07722 USA Set Aside: Small Business Set-Aside
 
Record
SN01537796-W 20080322/080320234010 (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.