Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOURCES SOUGHT

C -- Architect-Engineering and Engineering Services for P1262 as described in the synopsis

Notice Date
6/16/2008
 
Notice Type
Sources Sought
 
NAICS
541310 — Architectural Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd., Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R1426
 
Response Due
7/1/2020
 
Archive Date
9/30/2008
 
Point of Contact
Sharon A. Taylor, 757-322-8258Elloise M. Hitshew, 757-322-4088
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Engineering and Design Services are required for FY 10 MCON Project P1262, New Base Entry Point, MCB Camp Lejeune, NC. The project will provide a new base access point from the HWY 24 bypass. A new security gate will be provided at this access point. A new divided highway (approx 7.5 miles) will be constructed to the interior of the Base. New Bridges and culverts will be provided along the new highway route. The project also includes 1)relocation of telecom, water, sewer, electric and natural gas utility lines at tie-ins to developed areas; 2) bridging over wetlands, creeks, rivers and existing highways; 3) signalized and unsignalized intersections at tie-ins to existing highways; 4)street lighting; 5)clearing, grubbing, earthwork, fill, and grading; 6)environmental mitigation of wetlands; 7)traffic markings and signage; 8) improvements to the geometry at various intersections Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, DD Form 1354 documentation, plans, specifications, cost estimates, related studies, surveying, soil borings, preparation of and obtaining required State and Federal permits, 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, and drawings in AutoCad format. Firms will also be required to provide documents in pdf format. Final documents will require electronic signature. The contract requires that the selection firm have on-line access to E-mail via 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. 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) and (8) 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) Past experience with obtaining related State and Federal environmental, and other related (e.g. NC DOT) permits. (c) Firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, construction inspection services, and OMSI). (d) 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 concepts employed, LEED certification awarded, and LEED Certified Professional proposed for this contract. 4. Ability to perform the work to schedule (show current and projected workload with a plan and schedule on how you propose to accomplish the work). 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 on 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. Type of contract: Firm Fixed Price Contract. Estimated start date is October 2008. 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 1 July 2008 @ 2:00 PM. Responses should be sent to the following address: Mailing Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Sharon Taylor, 6506 Hampton Blvd., Norfolk, Virginia 23508-1278. Express Mail Address: Commanding Officer, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Sharon Taylor, 6506 Hampton Blvd., Building C, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5288501708f8c2345207cde8d2ece702&tab=core&_cview=1)
 
Record
SN01594351-W 20080618/080616220152-fb35d6d247301381ca7b7cf7df53aff0 (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.