Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

C -- Architect and Engineering services for various water tank inspections, worldwide

Notice Date
3/30/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258310R0340
 
Response Due
4/29/2010
 
Archive Date
5/14/2010
 
Point of Contact
Mica Walker 805-982-2373 Terry Moore, 805-982-2479
 
E-Mail Address
mica.walker@navy.mil
(mica.walker@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. INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER (A/E) contract for 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 541330 (formerly known as Standard Industrial Code 8711), and the annual size standard is $4,500,000.00. This synopsis provides engineering and design services for inspections for potable, non-potable, and fire suppression water storage tanks at various locations worldwide.A single contract award will be made under this synopsis. The duration of the contract 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 resulting from this solicitation shall not exceed $2,500,000 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. The minimum guarantee of $10,000 for the entire contract term, including option years, will be satisfied by the award of an initial Task Order. Multiple Task Orders may be awarded with similar delivery schedules requiring the selected firm to provide services with overlapping work/delivery dates. Individual Task Orders are expected to range, on average, between $10,000 and $100,000. The design and engineering services will require expertise in mechanical, electrical, civil, structural, safety, sanitary and environmental disciplines as it pertains to Department of Defense (DoD) water tank facilities. 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 is Integrity Assessment. Design and Engineering consists of planning, design, preparation of specifications and drawings (plans), of new and existing water storage facilities to support Capital Improvements projects at DoD activities. Additional work in this area will include standalone Engineering studies and analysis of any and all components of a water storage system and its support facilities. The Integrity Assessment component will consist of inspection and assessment of water storage facilities, defined as any structure that serves as a water supply, maintains equal water pressure in a water system, or for fire protection; tanks manufactured from a variety of materials including wood, steel, or concrete, and include standpipes, reservoirs, elevated tanks, and supporting equipment and facilities. Adherence of current federal, state, and local environmental regulations is required. These tasks require the implementation of the federal, DoD and American Water Works Association (AWWA) standards for the inspection, design, installation, construction, operations, and maintenance of water storage facilities, including, but not limited to current editions of: Code of Federal Regulations (CFR), 29 CFR, 40 CFR; American Water Works Association M42, C652, G200; American Petroleum Institute (API) standards, ANSI/NSF 61, American Society of Mechanical Engineers (ASME), American Waterworks Society (AWS) QC1, Unified Facilities Criteria (UFC) 3-230-02, Steel Tank Institute (STI) SP001, OSHA standards, and ACOE EM-385-1-1. The awardee may be required to provide quality assurance (PCAS and Title II) services during the rehabilitation and construction of water storage and water distribution systems, and supporting facilities and structures. The awardee may also be required to perform integrity assessments in a full tank requiring contact with the water stored (about 10% - 20% of the inspections). All in-water assessments will be performed in accordance with, but not limited to; the United States Navy Dive Manual, ACOE EM385-1-1 and OSHA Diving Standards. Some Federal Agencies may require all personnel having access to a specific project site to sign a Non-Disclosure Statement and pass a "Federal Law Enforcement Agency Background Screening Process". 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, and SPECSINTACT. Estimated start date for this contract is June 2010. Selection criteria will include, in descending order of importance, the following: (1) Specialized Experience. Provide a description of similar, recent Department of Defense projects (maximum of ten (10), i.e. Tank Inspection, Tank design, Title II activities as they relate to water tank facilities, with clients, for which team members provided a significant 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/Inspection 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 National Association of Corrosion (NACE), Society of Protective Coatings (SSPC), American Welding Society (AWS), American Society for Nondestructive Testing (ASNT), etc. certification of all team members. 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. 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 projects in compliance with performance schedules and providing timely construction support. Discuss how surge workload would be handled. (4) Past Performance of the firm during contracts with 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 of 65.65%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 16.27%, Women Owned Small Business (WOSB) - 14.68%, Service Disabled Veteran Owned Small Business (SDVOSB) - 3%, and HUBZone Small Business - 3.37%. 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 - Firms' 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. 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 April 29, 2010. 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: Mica Walker. The outside of the envelope shall identify N62583-10-R-0340.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258310R0340/listing.html)
 
Record
SN02107277-W 20100401/100330235744-45cc3b9cc5fd854023e265bb97f2fe8e (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.