Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
SOLICITATION NOTICE

C -- MULTIPDISCIPLINARY ARCHITECTURAL DESIGN AND ENGINEERING SERVICES (INDEFINITE QUANTITY), NAVAL WEAPONS STATION EARLE, COLTS NECK, NJ

Notice Date
12/13/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC, PDW EARLE Facilities Engineering and Acquisition Division Earle Bldg C-9 201 Highway 34 South Colts Neck, NJ
 
ZIP Code
00000
 
Solicitation Number
N4008511R8620
 
Response Due
1/19/2011
 
Archive Date
3/16/2011
 
Point of Contact
Adam Ginther 732-866-2152 Richard Rahman, 732-866-2396
 
E-Mail Address
Adam Ginther
(adam.ginther@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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 an Indefinite Quantity Contract for Architectural Design and Engineering Services for Multidisciplinary A/E projects. The work will be performed for NAVFAC Mid-Atlantic, Public Works Department Earle located at Naval Weapons Station Earle, Colts Neck NJ. The A/E services will include all disciplines necessary for the general repair and renovation of buildings, ammunition facilities, utility distribution systems, base infrastructure, roadways, and piers; design of new minor facilities; removal or abatement of lead paint and asbestos; Life Safety Code studies; interior space planning/design studies; and other similar A/E services. Other Architect-Engineering and Engineering Services that may be required under this contract include the preparation of DD Form 1391 documentation; plans and specifications for projects including the preparation of Requests for Proposals (RFPs) for design/build type projects; preparation of cost estimates; related studies; surveying; soil borings; hazardous materials identification; energy consumption analyses; interior space planning/design; shop drawing reviews; as-built drawing preparation; preparation of Operation and Maintenance Support Information (OMSI); 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, and 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, Design/Build RFPs utilizing NAVFAC DB Masters, and drawings in AutoCAD format utilizing the National CADD Standards format with NAVFAC MIDLANT required modifications. Firms will also be required to provide documents in pdf format. Final documents will require electronic signature using the Navy's Design signature software. Some projects may also require design in the metric system. The contract requires that the selection firm have on-line access to E-mail via the Internet for routine exchange of correspondence. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: Evaluation of SF 330s and A&E selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate his/her and each key consultant's qualifications with respect to the published selection criteria for all services. Selection criteria (1) through (7) are of equal importance; criteria (8) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific selection criteria include: 1. Specialized Experience: (a) Past experience of the partners with regard to the design of the type work listed above. (b) Experience with designing facilities using the metric system of measurement may be required by the NAVFAC metrication conversion Policy for Design, Planning and Design Criteria, NAVFAC Guide Specifications, and Design/Build RFPs using the Whole Building Design Guide 6 part format. (c) Firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, construction inspection services, and OMSI). (d) Past experience in the preparation of design/build RFPs. (e) 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 for team members. Also, services of a practicing Fire Protection Engineer for facilities as defined in UFC 3-600-01, and a certified or registered Interior Designer as defined in UFC 3-100-10N, may be required under this contract. (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. Work at Naval installations is desirable. (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 design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. Firms will also be evaluated in terms of their knowledge and demonstrated experience in Low Impact Development (LID). 4. Ability to perform the work to schedules and capacity to accomplish a variation of projects simultaneously. 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 in past performance with respect to work quality, compliance with schedules, knowledge of DoD Anti-Terrorism Force Protection Standards (DoD Instruction number 2000.16), knowledge of Navy Ammunitions and Explosives Ashore Safety Regulations (NAVSEA OP-5, Vol. 1), and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards (subject to the SF 330 page count limitation). 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: Location of the firm in the general geographic area of the anticipated projects in relationship to; knowledge of local site conditions, regulatory requirements, and business/market conditions in the metropolitan New York “ New Jersey Area; and ability to provide timely response to requests for on-site support. It is highly desirable that the Prime Partner have an office located within a one-hour drive of NWS Earle, Colts Neck, NJ in order to respond to urgent requirements. 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 firms that have not had prior DoD contracts. The evaluation of Past Performance and Specialized Experience may include in addition to the information provided by the firm; customer inquiries, Government databases (PPIRS), and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member who will actually perform the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain management and design team components, QC processes; and to provide design solutions to actual/hypothetical project, etc. Elaborate presentations are not desired. No employee or representative of the architect-engineer will be admitted to Naval Weapons Station Earle unless they furnish satisfactory proof that they are a citizen of the United States. The contract will be a Firm Fixed Price Indefinite Quantity type contract. The duration of the contract will be for a base period of one (1) year from the date of an initial contract award with two (2) additional one year options to extend the term of the contract (not to exceed 36 months in total duration). The total amount that may be paid under this contract (including option years) will not exceed $1,500,000 for the entire contract term. The minimum guarantee of $10,000 for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. Task Orders will be placed on an "as required" basis intermittently as the need for work arises. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. 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. Project task orders issued may include pre-priced phases or options, such as those for Engineering and Design services, or construction consultation associated with Post Construction Award Services (PCAS), that may be exercised up to eighteen (18) months from the final design. Estimated start date is 23 February 2011. THIS SOLICITATION IS BEING ISSUED AS A SET-ASIDE FOR SMALL BUSINESS THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM ALL SMALL BUSINESS CONCERNS. The small business size standard classification is NAICS 541330 ($4,500,000). ALL FIRMS ARE ADVISED THAT REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE IS REQUIRED PRIOR TO AWARD OF A CONTRACT. Failure to be registered in the DOD CCR database may render your firm ineligible for award. For more information regarding registration, check the DOD CCR Website: http://www.ccr.gov. The following certification and registration are also required prior to award of a contract: Online Representations and Certifications Application (OCRA) @ https://orca.bpn.gov/. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330 [SF 330 and other on-line Federal Forms may be downloaded from: http://www.gsa.gov/]. If the SF 254/SF 255 forms are submitted for this solicitation, they will not be reviewed or considered. The SF 330 should be typed and one sided. The SF-330 with attachments shall be limited to 65 pages not smaller than 12-pitch font. Every page that is not a SF-330 will be included in the page count. As one of the attachments, 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 Section H, 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. 19 January 2011. Responses should be sent to the following Mailing Address: NAVFAC MID-ATLANTIC, PWD Earle Facilities Engineering and Acquisition Division Naval Weapons Station Earle, Building C-9 201 Highway 34 South Colts Neck, NJ, 07722-5025 It is the offeror ™s responsibility to check the NECO solicitation website at: https://www.neco.navy.mil/ for any revisions to this announcement or other notices before submission of your SF330. 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 one copy of the SF 330. Materials submitted will not be returned. Unnecessarily elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. THIS IS NOT A REQUEST FOR A PROPOSAL. Firms responding to this notice by 4:00 p.m. 19 January 2011 will be considered. If further information is required, contact Mr. Richard Rahman, PE, A/E Coordinator at (732) 866-2396 or e-mail to richard.rahman@navy.mil. Written inquiries concerning this project should include solicitation number, title and point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NJE/N4008511R8620/listing.html)
 
Place of Performance
Address: NAVFAC Mid-Atlantic, PWD Earle
Zip Code: Naval Weapons Station Earle
 
Record
SN02343140-W 20101215/101213233913-cb58632699de220579ed19ee70885743 (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.