Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

A -- Architect-Engineering and Design Services

Notice Date
8/28/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R1422
 
Response Due
10/6/2008
 
Archive Date
10/30/2008
 
Point of Contact
Elaine Ashe 757-322-4135 Elaine Ashe(757) 322-4135
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis or 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. Architect-Engineering and Design Services are required for an Indefinite Quantity Contract for Cost Estimating Services, 1391 Preparation and Submission, Value Engineering, and Quality/Constructability Reviews. Task Order work will be used at any Base throughout NAVFAC Mid-Atlantics AOR, which includes the Northeast states, and Mid-Atlantic states, but will focus on work at the Marine Corps Bases in North Carolina. The majority of services are expected to be in the areas of Cost Estimating, 1391 Preparation and Submission, and Quality/Constructability Reviews, at the United States Marine Corps bases in North Carolina. Professional reports, including cost estimating, utilization of SUCCESS and PACES cost estimating software, computerized databases, graphics, and electronic submissions are required. Access to NAVFAC Intranet web site and other Navy web based systems such as Navy's Electronic Procurement Generator (EPG) is required. Obtaining and maintaining a Common Access Card (CAC) I.D. card for approved team personnel is required. The Navy may provide additional/alternate project specific information, study types, proposed team make-up, alternate siting of study, etc. These may include providing Certified Value Specialist (CVS) facilitators(s), and experts for Sustainable Design workshops, Function Analysis Concept Development (FACD) workshops, design charettes, and Value Engineering Studies. Cost Estimating Services shall include Parametric Cost Estimates (PCEs), computerized parametric cost models, preliminary and detailed cost estimates; and development of construction project programming documents such as DD form 1391. Work may also include economic, life cycle, and risk analyses, and other cost engineering support services associated with facility construction, and environmental cleanup. Quality Reviews (QRs) and Constructability Reviews (CRs) shall consist of a team study by a multi-disciplined team of professionals. For QRs, the team will concentrate on coordination aspects of the design documents, rather than technical aspects of the design. For CRs, the team will concentrate on the appropriateness of the design documents, based on the proposed materials, project location, and current standard construction practices. The DD Form 1391 documentation is prepared in the Electronic Project Generator (EPG) and includes cost validation 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 Structure (WBS), and need capability for handling/modifying specifications in the SPECSINTACT program, Design/Build RFPs utilizing NAVFAC DB Masters, and drawings in AutoCad format. Documents need to be provided in pdf format, and projects are typically designed in the metric system. The contract requires that the selected firm have on-line access to E-mail via the Internet for routine exchange or correspondence. The selected firm shall have on-line access to NAVFAC Intranet web site and other Navy web based systems such as EPG. Telephone and Email accessibility on a daily basis is required. The A&E shall demonstrate his and each key consultants qualifications with respect to the published evaluations factors for all services. The following 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. The specific Evaluation Factors are as follows: (1) Specialized Experience: (a) Recent experience (last 5 years) in Project Cost Estimating using Success and Paces software. (b) Recent experience (last 5 years) in 1391 Development, including EPG, and cost validation. (c) Recent experience (last 5 years) in performing Value Engineering, focused primarily on FACD or charette based concepts, and Quality/Constructability Reviews. (d) Knowledge of local codes, laws, regulations, permitting requirements, construction materials, construction costs, and practices within the area of responsibility (AOR) of NAVFAC MID-ATLANTIC. (2) Professional qualifications: Qualifications of the proposed team leaders and other team members including education, experience, professional registration, and LEED certification. FACDs, design charettes, facilitation, and Value Engineering Studies shall be led by SAVE Certified Value Specialists (CVS). (3) Sustainable Design: Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure projects using the LEED Green Building Rating System to identify credits, and LEED level achievable for the projects through an integrated team approach. (4) Organizational ability: Ability to assemble teams and begin work promptly, not to exceed 30 days advance notice; ability to generate and distribute draft reports during the Value Engineering or Quality/Constructability Review study period, and conduct resolution meetings as part of these efforts; ability to meet aggressive schedules with changing requirements, and to support swift and accurate project submittals.(5) Past Performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, with emphasis on the experience 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 products. Show process and 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. 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 $5,000,000 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 Dec 2008. This proposed contract is being solicited as 100% set aside for small business concerns; The small business size standard classification is NAICS 541330 ($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 WILL BE LIMITED TO NO MORE THAN 100 SINGLE SIDED PAGES. 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 4:00 p.m. EST, 6 October 2008. Responses should be sent to the following address: NAVFAC Mid-Atlantic, NC IPT, 6506 Hampton Blvd, Code OPNCAQ, Rm 1020, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will be accepted Monday through Friday, 8:00a.m. to 4:00 p.m. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Respondents may include graphic material and photographs that best demonstrate capabilities of the team proposed project. No material will be returned. The following information should be provided: (1) Summary of how the firm meets the stated evaluation criteria for the subject contract; (2) Matrix documenting proposed team members specialized experience relevant to the (Project Manager, Project Engineer, Architect, etc); (3) Copies of performance evaluations and/or letters of commendations (as attachments for office making this submission); (4) List of relevant projects and date design completion scheduled, date design completed and final cost estimate compared to contract award amount. Firms must also indicate if they are subsidiary that operates under a firm name different from the parent company. 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. The qualification statement should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated working on the contract and their geographical location.SF 330s may be downloaded from the following GSA Web Site: http://www.gsa.gov.forms. PLACE LABEL ON THE OUTERMOST ENVELOPE IN WHICH YOUR SUBMITTAL IS DELIVERED STATING SUBMITTAL ENCLOSED, CONTRACT NUMBER N40085-08-R-1422 AND THE DATE DUE OF 6 OCTOBER 2008. Point of Contact: Elaine Ashe, Contracts Specialist, Phone 757-322-4135, Fax 757-322-8285, Email: elaine.ashe@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fd00a7ad314584b3d34034ec456cb9ec&tab=core&_cview=1)
 
Record
SN01654222-W 20080830/080828222343-fd00a7ad314584b3d34034ec456cb9ec (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.