Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Civil Engineering Design Services for Various Projects at Marine Corps Air Station, Cherry Point, North Carolina and Marine Corps Base, Camp Lejeune

Notice Date
6/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, ROICC Chery Point, PCS Box 8006, CGMAS Cherry Point, Cherry Point, North Carolina, 28533-0006
 
ZIP Code
28533-0006
 
Solicitation Number
N40085-08-R-1773
 
Archive Date
7/18/2008
 
Point of Contact
Kimberly A. Vallone,, Phone: 2524664130, Marjorie Sadler,, Phone: 2524664750
 
E-Mail Address
kimberly.vallone@navy.mil, marjie.sadler@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This solicitation is for one INDEFINITE QUANTITY ARCHITECT ENGINEER (AE) CONTRACT for Civil (including Structural and Environmental) Engineering Design Services for various projects at the Marine Corps Air Station, Cherry Point, North Carolina and outlying areas such as Bogue, Atlantic and Piney Island. Project locations at Marine Corps Base, Camp Lejeune, North Carolina and at other military facilities within Onslow County are included in this solicitation. One contract award will be made from this synopsis, N40085-08-D-1773. The contract will be Firm Fixed Price - Indefinite Quantity type. The duration of this contract will be for one (1) year from the date of the initial contract award. The proposed contract includes three (3) one year Government options for the same basic professional skills. The total A&E fee that my be paid under this contract will not exceed $2,500,000.00. The minimum guarantee for the entire contract term (including options 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. The firm must demonstrate qualifications (with respect to the evaluation factors stated herein) to perform design of the projects listed below. Engineering Services are required for field investigation; surveying; preparation of plans, specifications, cost estimates and related studies; shop drawing review; Quality Assurance Plan preparation (established construction contract inspection requirements); environmental permit packages; and all associated engineering services. An initial project has not been identified; however, typical project work may include water, sewer and industrial waste additions; drainage/runoff; pollution abatement; pavement evaluations and repairs (both street and airfield including pavement marking and traffic signals); railroads; geotechnical evaluations; structural evaluations and designs; coastal structures and surveying. Several projects may take place at the same time. For design of some projects, incidental services may be required for architectural, structural, mechanical and electrical design; sampling and testing of material for lead paint and asbestos; analysis of soil, groundwater or building materials contaminated with hazardous waste or petroleum and preparation of contract documents for removal and diposal of contaminated materials. Experience is required in design of masonry, concrete, asphalt, steel, wood, composites and other common structural materials. A working knowledge of destructive and non-destructive material sampling and testing techniques may be needed. Some relatively small projects with quick turnaround times should be anticipated. In accordance with Unified Facilities Criteria and Cherry Point AE Guide, firms are required to prepare cost estimates using Excel spreadsheet or utilizing a computerized system acceptable to the Government, specifications in the SPECSINTACT system format, and drawings in AutoCAD 2006LT compatible format. Firms shall have ability to use ARCGIS software and prepare GIS files and supporting documentation for upgrade of Cherry Point GIS system, prepare both design/bid/build and bid/design-build type contract packages, prepare environmental permit packages and meet with and interface with State of NC, Corps of Engineers and County Government regarding environmental issues. The firm must demonstrate qualifications with respect to the evaluation factors stated herein. 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) and (2) are of equal and greatest importance; factors (6) and (7) are of lesser importance than factors (1) through (5). Pertinent statements relative to the evaluation factors shall be included in Part H of Form SF-330. Superfluous information is discouraged. All information must be included in the SF-330. Attachments, other than those requested, which are not a part of the SF-330 will be excluded from this evaluation. Firms responding by 4:00p.m. EDST on the due date will be considered. Late responses will be handled in accordance with FAR 52.214-7. Specific evaluation factors include (1) Professional qualifications of the firm's proposed personnel and its subconsultants (if proposed) necessary for satisfactory performance of required services. Resumes shall be included only for key persons expected to perform work under this contract (number of resumes shall not exceed eight for civil engineers, two each for other disciplines); shall identify antcipated role in performing contract work; shall show specific location of each person's assigned office; shall only list work experience applicable to this contract; and shall list specific training, certification and experience relative to anticipated contract project assignments. (2) Specialized recent (within the last five years) experience of the firm (including sub-consultants) and technical competence in the type of work required. Cite examples of prior work relationships with proposed subconsultants/associates. In Part F of SF-330 provide a synopsis of the scope of work, year work completed, point of contact and telephone number for each project listed. Include only projects involving civil engineering designs or evaluations. Each project listed shall linclude a list of the persons from the resume section who worked on the project and briefly describe their role in the project. (3) Capacity to accomplish the work in the required time. Describe your knowledge of the work area at Cherry Point and outlying fields. Address your ability to respond to requests for proposals (RFP's) within 14-21 days and your ability to accomplish the work should an accelerated design schedule be imposed. In a minimum of one page, provide a narrative and/or chart or graph showing the anticipated backlog of work over the next six-month period for key personnel proposed for use in this contract. Firms shall identify any major pending projects or oganizational changes that could impact the ability to dedicate personnel and resources to this contract. Provide one page maximum for your firm and sub-consultants that describes office automation support and systems and other supporting equipment (i.e. AutoCAD, SpecsIntact, Surveying). Provide evidence that your firm is permitted by law to practice the profession of engineering in the state of residence, i.e. state registration number. (4) Past performance on contracts with Government agencies and private industry in terms of demonstrated compliance with performance schedules and evidence of demonstrated long term business relationships and repeat business with Government and private customers. Firms may submit letters of commendations received for the specific projects identified on the SF-330. (5) Quality and cost control. Provide a one-page maximum summary of how your firm approaches internal quality control and cost control processes and procedures. Identify how these will be maintained for all work by multiple offices and sub-consultants. Provide an example of your quality control program in action. Firm will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specification. (6) Sustainable Design. Demonstrated success in prescribing the use of recovered materials and acheiving waste reduction and energy efficiency in facility design. Relate to personnel proposed and example projects listed, if possible. Include LEED Certificaitons of personnel and projects, if any. (7) Geographical location of the offices (including sub-consultants) that will be involved in the contract. State anticipated mode of transportation to be used from each office and estimate approximate mileage and typical response time. Application of this criterion is contingent upon receiving an appropriate number of qualified firms. Firms that meet the requirements described in this announcement are required to submit 4 (four) copies each of completed SF-330. List proposed subconsultants on the SF-330 who are expected to contribute significantly to the contract. 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 may render your firm ineligible for award. This proposed contract is being solicited as Unrestricted. The small business size standard classification is NAICS 541330 ($4,500,000.00). The closing date of this announcement is July 3, 2008. Firms must submit forms to this office by 4:00p.m. EST on the closing date. Electronic (Email, facsimile, etc) submissions are not authorized. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b0c5a42c777d2f734cf0bcc72790bd9d&tab=core&_cview=1)
 
Place of Performance
Address: Department of the Navy NAVFAC Mid-Atlantic ROICC Cherry Point PSC Box 8006, Bldg. 163 Marine Corps Air Station, Cherry Point, North Carolina, 28533-0006, United States
Zip Code: 28533-0006
 
Record
SN01585685-W 20080605/080603220003-b0c5a42c777d2f734cf0bcc72790bd9d (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.