Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2009 FBO #2870
SOLICITATION NOTICE

R -- Engineering and design services for Petroleum, Oil and Lubricants (POL) systems, and supporting facilities at various locations, worldwide.

Notice Date
10/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258309R011X
 
Response Due
10/19/2009
 
Archive Date
11/30/2009
 
Point of Contact
Norman Julien norman.julien@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254s AND SF 255s WILL NOT BE CONSIDERED. THE CORRECT SOLICITATION NUMBER IS N6258309R0119. INDEFINITE DELIVERY INDEFINITE QUANTITY contract for ARCHITECT-ENGINEER (A/E) services for the Naval Facilities Engineering Service Center, Port Hueneme, California. This synopsis is issued as unrestricted, and a Firm Fixed Price Contract is anticipated. The North American Industry Classification System (NAICS) code for this procurement is 541310, and the annual size standard is $4,500,000.00. This synopsis provides engineering and design services for Petroleum, Oil and Lubricants (POL) systems, and supporting facilities at various locations, worldwide. Three to five (3-5) contracts will be awarded under this synopsis; otherwise, a single award will be made instead of a MAC. The duration of the contract(s) will be for one year from the date of an initial contract award (Base year) with four additional one-year option periods. The aggregate value of all Task Orders issued under the contract(s) resulting from this solicitation shall not exceed $100,000,000 (not per awardee) over the base year and four option periods. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government. Estimated start date is November 2009.The minimum guarantee of $15,000 (per awardee) for the entire contract term, including option years, will be satisfied by the award of an initial Task Order per awardee. Multiple Task Orders may be awarded with similar delivery schedules requiring the selected firm(s) to provide services with overlapping work/delivery dates. Individual Task Orders are expected to range, on average, between $15,000 and $300,000. The design and engineering services will require expertise in architectural, mechanical, electrical, civil, structural, and environmental disciplines as it pertains to Department of Defense (DoD) POL systems. The emphasis of the required design and engineering services will have two major components, each having equal priority. The first component is Design and Engineering and the second component is Integrity Assessment. Design and Engineering consists of planning, design, preparation of specifications (materials, systems and assemblies), and drawings (plans) of new and existing POL facilities to support Sustainment, Restoration and Modernization, (SRM) and Military Construction (MILCON) projects at DoD fuel facilities. Additional work in this area will include standalone Engineering studies and analysis of any and all components of a POL system and its support facilities. The Integrity Assessment component will consist of inspection and testing of fuel piping systems, above and below ground fuel tanks, valves, pumps, control systems, all associated fuel equipment (filter/separators, meters, strainers), associated electrical systems supplying POL equipment, and all ancillary POL support facilities and structures. POL Systems include all components of Receipt, Storage, Transfer and Issue equipment. Support facilities include all utilities that supply POL systems and structures, buildings and associated equipment that directly support POL System operation. Adherence of current federal, state, and local environmental regulations is required. These tasks require the implementation of the federal and DoD standards for the inspection, design, installation, construction, operations, and maintenance of POL facilities, including, but not limited to, current editions of: 49 Code of Federal Regulations (CFR), 33 CFR, 40 CFR, American Petroleum Institute (API) 510, API 650, API 641, API 653, API 570, API 574, API 578, American Society of Mechanical Engineers (ASME) 31.3, ASME 31.4, American Waterworks Society (AWS) QC1, National Fire Protection Agency (NFPA) 30, NFPA 30A, Unified Facilities Criteria (UFC) 3-460-1, UFC 3-460-3, MO-230, UFC 3-570-05, Steel Tank Institute (STI) SP001, standard designs for Type II, III, IV, and V hydrant systems, aircraft direct fueling systems, and above ground storage tanks. Implementation of current and evolving DoD standards for Force Protection and Anti-terrorism is required. Interfacing with existing or new security/anti-intrusion devices is required. The awardee(s) will be required to perform inspection and engineering assessments of existing POL distribution systems and supporting facilities including certified API inspection of storage tanks, pipelines, and pressure vessels The awardee(s) will be required to perform engineering design and analysis of fuel storage and distribution systems, cathodic protection systems, emergency backup power, lighting, fire protection, structural engineering analysis, piping hydraulic, surge, and pressure relief analysis, and all ancillary POL support facilities and structures. The awardee(s) will be required to perform engineering services in support of POL distribution systems and supporting facilities including preparation of cost estimates, life cycle cost analysis, economic impact studies or analysis, development of project brochures, complete Defense Logistical Agency (DLA) MILCON design packages, construction and installation schedules, development of maintenance plans, schedule development, feasibility studies, geotechnical surveys, failure analysis, surveying, coating and cathodic protection surveys, preparing project technical reports and sketches, environmental studies in support of permit applications to federal, state, and local agencies, Title II services, preparation of Design/Build RFPs, preparing required permit documentation, and preparing cost and progress reports. The awardee(s) may be required to provide quality assurance (PCAS and Title II) services during the installation and construction of fuel storage and fuel distribution systems, cathodic protection systems, lighting, emergency backup power systems, fire protection, and supporting facilities and structures. The awardee(s) may also be required to provide the review of documentation, processes and procedures developed during the inspection, design, installation, construction, maintenance, and operation of POL related facilities. Hazardous material surveys may also be required to include testing and sampling, providing design removal procedures, and preparing construction contract documents in accordance with applicable rules and regulations pertaining to hazardous materials. This work may involve dealing with asbestos, lead, and other hazardous waste. Contractor(s) will be responsible for gathering data, identifying significant issues, developing appropriate inspection methods, identifying required retrofits, and providing design and engineering services for the construction and installation of simple to complex POL systems and supporting facilities. Some Federal Agencies may require all personnel needing access to a specific project site or design be required to sign a Non-Disclosure Statement and pass a "Federal Law Enforcement Agency Background Screening Process". Security Clearance may also be required on some potential task orders. The contractor shall have the capacity to prepare or modify documents and drawings using software that is compatible with the following: past and recent versions of Autodesk, AutoCAD, Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft PowerPoint, Microsoft Project, SPECSINTACT, and Database, CAD, and word processing documents related to Intergraph stations. Selection criteria will include, in descending order of importance, the following: (1) Specialized Experience. Provide a description of similar, recent Department of Defense POL projects (maximum of ten (10), i.e. Pipeline / Tank Inspection, Tank design, POL fuel system design, Title II activities as they relate to POL), with clients, for which team members provided a significant technical contribution. Work on these projects must have been done in the last five (5) years. In matrix form, identify which team members worked on the projects described above. Provide an explanation of your management approach, an organizational chart showing inter-relationship of management and design team components, and specific quality control process. Describe your quality control program/process; identify who has the responsibility for implementation of the program, and discuss how you instill a culture of quality throughout the team. (2) Professional Qualifications. Submit a matrix for proposed design team(s), including alternates, that contains the following data about the member's assignment: team member's name, firm name, level and area of concentration (i.e., Bachelors of Science (BS) mechanical engineering), location of professional registration including license number, states of professional registration, number of year professional experience, and number of years with current firm. Identify any API, American Welding Society (AWS), National Association of Corrosion (NACE), American Society for Nondestructive Testing (ASNT), and any other applicable certification of all team members as it relates to this project requirement. Identify any prior/active security clearances of all team members. For project managers and team leaders, identify the number of teams (design, consultants, and joint venture partners) they have managed over the past five years. (3) Capacity. Demonstrate the ability of the firm to execute multiple, simultaneous projects within a reasonable, minimum time limit as demonstrated by the team's history of successfully completing such projects in compliance with performance schedules and providing timely construction support. Discuss how surge workload would be handled. (4) Provide Past Performance information on contracts that the firm has completed for Government agencies and/or private industry with respect to cost control, quality of work, and compliance with performance schedules. Demonstrated long-term Government or private business relationships, repeat business on related efforts, and construction support are valued. Provide a listing of all excellent performance ratings and letters of commendation from both private and DoD clients (designate your role; prime, consultant, or joint venture partner). Ratings should be no later than five (5) years. (5) 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 business (SB) of 77.51%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 16.18%, Women Owned Small Business (WOSB) - 14.53%, Veteran Owned Small Business (VOSB) - 3%, Service Disabled Veteran Owned Small Business (SDVOSB) - 3%, and HUBZone Small Business - 3%. 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. Note: If large business is selected for award, an acceptable subcontracting plan that reflects a minimum of subcontracting goals stated above must be submitted before price negotiations begin for contract award. (6) Location - Describe firm's location within and demonstrated knowledge of the general geographical areas in which projects could be located. Indicate firm's location of main offices, branch offices, and sub-consultants offices. Describe and illustrate the team's knowledge and availability to meet project requirements on a worldwide basis. (7) Volume of Work previously awarded to the firm by the Department of Defense within the past twelve months. Indicate in Block H the total dollar value of contracts awarded and their projected completion schedules. (8) Sustainable Design Requirement- 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 for sustainability of DOD POL Systems. Sustainable design elements as pertaining to DOD Fuel systems include: 1) Minimize or elimination of toxic and harmful substances in facilities and the surrounding environments; 2) Facility maintenance and operational practices that reduce or eliminate harmful effects on people and natural environment., and 3)Efficiency in resource, and selection of materials and products appropriate for the environment. SF 330's shall not exceed 50 printed pages (double sided is considered to be two pages, organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 330 (cover letter, other attachments and pages in excess of the 50 page limit will not be included in the evaluation process). Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction or supply contract, cannot provide the actual construction or supplies on a subsequent contract. This limitation also applies to subsidiaries and affiliates of the firm. SF 330 Part I is limited to 50 pages. SF 330, Part II is limited to one page for the prime contractor and one page for each subcontractor. In Part I, Section B, block 5, include the firms Tax Identification Number and ACASS number. Part II, block 5(b), Small Business Status - do not leave this blank. Four hard copies and one electronic copy of the submittal package are to be received in this office no later than 2:00 p.m., Pacific Time on October 19, 2009. Submittals received after this date and time will not be considered. Telegraphic and facsimile of SF 330s will not be accepted. The acceptable electronic formats for proposals include Word 98 or latest version and Excel 5.0 or latest version. Electronic mail is not an acceptable media. Offerors shall ensure that proposal disks are virus free, and free of password protection. Thumb or flash drives are not acceptable. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor Registration (CCR) prior to award of any contract. Responses are to be submitted to Specialty Center Acquisitions NAVFAC Naval Base Ventura County, 1205 Mill Road, Bldg. 850, Port Hueneme, CA 93043-4347, Attn: Norman Julien. Outside corner of mailing envelope shall be labeled as follows: N62583-09-R-0119 POL A/E Services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258309R011X/listing.html)
 
Record
SN01977546-W 20091003/091001234931-ce9cdcfb68a8ee3b42ee0bacca7d908d (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.