Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2011 FBO #3416
SOLICITATION NOTICE

C -- Bridge Inspection Services - Worldwide

Notice Date
3/31/2011
 
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
N6258311R0545
 
Response Due
4/29/2011
 
Archive Date
5/1/2011
 
Point of Contact
Theodore Fleet 805-982-2914
 
E-Mail Address
theodore.fleet@navy.mil
(theodore.fleet@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
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. THIS ACQUISITION IS RESERVED EXCUSIVELY FOR 100% TOTAL SMALL BUSINESS SET-ASIDE. IT IS FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD, FIRM FIXED PRICE CONTRACT for ARCHITECT-ENGINEER (A-E) services for Naval Facilities Engineering Service Center, Port Hueneme, California. The applicable North American Industry Classification (NAICS) Code 541330 Marine Engineering and Naval Architecture (size standard $18.5M). This synopsis is for inspection, structural engineering and design services for bridge structures at Navy and DoD installations worldwide. The work includes, but is not limited to topside and underwater bridges inspections in accordance with 23 CFR 650 Subpart C, the National Bridge Inspection Standards (NBIS), bridge load capacity analysis and load rating in accordance with AASHTO criteria, analysis of existing conditions and comparison to previous inspection reports; Design of bridges repairs, including plans and specifications, report preparation and cost estimates for bridge rehabilitation and the review of such documents produced by others in accordance with the Navy Bridge Inspection and Reporting Guidelines. Projects under this contract shall be awarded on individual task orders. The scope of a given task order may vary or be a combination of initial, routine, interim, damage (emergency) or in-depth bridge inspections. The types of submittals may include bridge inspection reports, engineering alternatives and basis of repair/design reports, calculations, plans and specifications, cost estimates, including Form DD1391, safety plans, and technical review comments. Additional products and services may include construction contract drawings using computer-aided design and drafting (CADD), per the A/E. CADD Standard, and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS); contract bid analyses; post construction award services (PCAS); Title II inspection services; engineering report review; database population; procedures and guidelines reports; engineering calculations, static and dynamic structural analyses using finite element computer modeling; two and three-dimensional structure modeling and rendering; seismic vulnerability assessments, including use of finite element models and time history acceleration data for linear and/or nonlinear analyses of critical elements and development of retrofit schemes. In addition to the formats specified above, drawings and specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) and/or a Building Information Modeling (BIM) format. Bridge facilities include, but are not limited to vehicular and pedestrian bridges, railroad trestles and culverts and water control structures or any similar structure. All topside and underwater bridge facility assessments will be performed under direct control and supervision of a registered professional engineer who shall ensure that all diving operations are performed in accordance with U.S. Army Corps of Engineer EM 385-1-1 (September 15, 2008) standards. This information must demonstrate that the prospective firm has performed contract diving work using professional registered engineer-divers on a regular and routine basis for at least the past five years and is able to accomplish such work in a safe and efficient manner. This synopsis will result in the award of a single Indefinite Delivery Indefinite Quantity task order. Each Task Order under this contract will be fixed price. Pricing information will be requested of the selected firm for each Task Order. The duration of the contract will be for one year from the date of an initial contract award (Base year), with two (2) additional one-year option periods. The aggregate value of all Task Orders issued under all contract(s) resulting from this solicitation shall not exceed $5,400,000.00. This is a combined value for all task orders for all years. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government. The IDIQ contract type minimum guarantee of $10,000 for the entire contract term, including option years, will be satisfied either by the award of an initial Task Order or by multiple Task Orders 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 $50,000 and $250,000. The prime contractor is required to perform at least 50% (in dollars) of the work per task order. US citizenship for all on-site personnel, including the requirement to pass a Federal Law Enforcement Agency Background Screening Process for access to Government sites is required. The firms must address in their submittal, the following selection criteria for all proposed services under this solicitation. Evaluation criteria are listed in descending order of importance, except as noted. Evaluation criteria (1), (2) and (3) are of equal importance. Criteria (4) and (5) are of lesser importance than Criteria (1),(2), and (3) but are equal to each other in importance, and Criteria (6), (7), (8) and (9) are of equal importance and will be used as tie-breakers among technically qualified firms. Specific criteria includes: (1) Professional Qualifications Professional qualifications and technical competence of the personnel proposed for this contract. Professional qualifications include professional registrations, CBI (Confidential Business Information) certificates and /or relevant technical certifications and training of the personnel assigned to the contract. Each resume shall include maximum of five (5) specific completed projects that best illustrate the individual personnel s experience in bridges inspection and generation of reports, design of bridge repairs, and generation of plans and specifications. Qualifications for all diving personnel proposed for this contract shall include, but not be limited to, training certifications and medical certifications issued as required under Contract Diving Operations sections 30.A.06 through 30.A.10 of the U.S. Army Corps of Engineers EM 385-1-1 (September 2008). The information provided by the contractor must demonstrate that the prospective firm has performed contract diving work on a regular and routine basis for at least the past five years and is able to accomplish such work in a safe and efficient manner. Contractor must state that no willful OSHA violations have occurred within this 3-year period. Multiple serious violations with gravity of 10, as determined by OSHA, may be cause for disqualification from further consideration. (2) Specialized Experience Specialized experience conducting bridge inspections for government agencies and the ability to mobilize worldwide quickly. This criteria includes experience in the following areas: a) Bridge inspection and engineering services in accordance with the National Bridge Inspection Standards and AASHTO Criteria. (b) Bridge load rating, load capacity and structural analyses, including seismic vulnerability assessments and scour analysis. (c) Preparation of detailed bridge inspection reports and repair cost estimates, including Form DD1391. (d) Fracture Critical Inspection and other structural condition assessments, including the use of destructive and non-destructive (NDT) techniques. (e) Providing engineering submittals in electronic format(s). Submittals include, but are not limited to: Inspection reports and drawings, Structural Inventory and Appraisal (SI&A) data, three dimensional structure models and renderings, and contract bid documents. (f) Experience in performing underwater bridge assessments, including associated diving operations. (g) Geotechnical investigations related to pile support foundations. (h) Testing and evaluation of structural material samples. (3) SAFETY (a) Submittal Requirements: The firm shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR and DART Rates shall not be submitted for subcontractors.) (1) Experience Modification Rate (EMR): For the three previous complete calendar years, 2008, 2009, 2010, submit your EMR (which compares your company s annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Any extenuating circumstances that affected the EMR and upward or downward trends should be addressed as part of this element. Lower EMRs will be given greater weight in the evaluation. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: For the three previous complete calendar years, 2008, 2009, 2010, submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the U.S. Department of Labor, Occupational Safety and Health Administration. If you cannot submit an OSHA DART Rate, affirmatively state so, and explain why. Any extenuating circumstances that affected the OSHA DART Rate data and upward or downward trends should be addressed as part of this element. Lower OSHA DART Rates will be given greater weight in the evaluation. (3) Technical Approach for Safety: Describe the plan that the firm will implement to evaluate safety performance of potential subcontractors, as a part of the selection process for all levels of subcontractors. Also, describe any innovative methods that the firm will employ to ensure and monitor safe work practices at all subcontractor levels. The Safety Narrative shall be limited to two pages. (b) Basis of Evaluation: The Government is seeking to determine that the firm has consistently demonstrated a commitment to safety and that the firm plans to properly manage and implement safety procedures for itself and its subcontractors. The Government will evaluate the firm s overall safety record, the firm s plan to select and monitor subcontractors, any and innovative safety methods that the firm plans to implement for this procurement. The Government s sources of information for evaluating safety may include, but are not limited to, OSHA, NAVFAC s Facility Accident and Incident Reporting (FAIR) database, and other related databases. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete safety information regarding these submittal requirements rests with the firm. The evaluation will collectively consider the following: - Experience Modification Rate (EMR) - OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate - Firm Technical Approach to Safety - Other sources of information available to the Government (1) Experience Modification Rate (EMR): The Government will evaluate the EMR to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rating. Lower EMRs will be given greater weight in the evaluation. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: The Government will evaluate the OSHA DART Rate to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rates. Lower OSHA DART Rates will be given greater weight in the evaluation. (3) Technical Approach to Safety: The Government will evaluate the narrative to determine the degree to which subcontractor safety performance will be considered in the selection of all levels of subcontractors on the upcoming project. The Government will also evaluate the narrative to determine the degree to which innovations are being proposed that may enhance safety on this procurement. Those firm s whose plan demonstrates a commitment to hire subcontractors with a culture of safety and who propose innovative methods to enhance a safe working environment may be given greater weight in the evaluation. (4) Past Performance Past performance on projects of similar size and scope and location, CONUS and non-CONUS. 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 Department of Defense (DOD) clients (designate your role; prime, consultant, or joint venture partner). Ratings should be within the last five (5) years. (5) Quality Control A copy of the firm s quality control manual(s) outlining specific personnel (including their discipline/specialty) and procedures for above- water field inspections and diving operations, technical report preparation, structural assessments, analysis and design services is required for review. Of special interest are the QC processes in place that minimize the Governments effort to QA the firm s work product for errors, omissions, and quality. This submission is in addition to information provided in the firm s SF 330. Any manual(s) submitted will not be returned. (6) Capacity Capacity of the firm to perform the work in the required time period. Capacity includes the firm s ability to perform multiple tasks concurrently in the required timeframe. Firms will be evaluated based on experience using InspectTech and reporting based on Commonly Recognized (CoRe) Structural Elements as well as reporting based on the Recording and Coding Guide for the Structure Inventory and Appraisal of the Nation s Bridges (SI&A) data. Discuss how surge workload would be handled. Firms will be evaluated on the extent to which they identify their approach to managing subcontractors in support of executing planned and emergent workload requirements for the Navy. (7) Location Firm experience working in diverse cultural and technical environments. (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firms will be evaluated with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction practices of the area of the contract. (8) Volume Volume of work awarded by the Department of Defense within the past 12 months. Indicate in Block H of the SF 330 the total dollar value of contracts awarded to your firm by DOD in the last 12 months. (9) 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 waterfront and ocean facilities and systems. Sustainable design elements as pertaining to bridge inspections include: 1) Facility maintenance and operational practices that reduce or eliminate harmful effects on people and natural environment, and 2)Efficiency in resource, and selection of materials and products appropriate for the environment. Estimated start date for this contract is June 2011. In accordance with DFAR 252.204-7004, to be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Registration can be via http://www.ccr.gov. SF330 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 contract or procurement or supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Further clarification for completion of SF 330; SF 330 Part I is limited to 50 pages, Part I, Section D, Organizational chart is not included in the 50 page limit. SF 330 Part II is limited to one page for the prime contractor and one page for each sub contractor. In Part I, Section B, block 5, include the firms Tax Identification Number and ACASS number. Part I, block 16 include what year(s) the degree(s) was received. Part I, Block 17 include what year(s) the Professional Registration(s) was first issued. Part II, block 5(b), Small Business Status do not leave this blank. Two copies of the submittal package are to be received in this office no later than 2:00 p.m., Pacific Time on April 29, 2011. Submittals received after this date and time will not be considered. Electronic and facsimile SF 330 s will not be accepted. Site visits will not be arranged during the submittal period. Responses are to be submitted to Specialty Center Acquisitions NAVFAC Naval Base Ventura County, 1100 23rd AVE, Bldg. 1100, Port Hueneme, CA 93043-4347, Attn: Ted Fleet. Outside corner of mailing envelope shall be labeled as follows: N62583-11-R-0545 Bridge A-E Services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258311R0545/listing.html)
 
Record
SN02414407-W 20110402/110331234909-0d18e471f8d19afd88cf05c65ecf729c (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.