SOLICITATION NOTICE
C -- Indefinite Quantity Contract for Civil Design and Engineering Services Projects in VA, WV and NC (Primarily the Areas outside of the Norfolk, Virginia Naval Complex)
- Notice Date
- 2/22/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, Code AQ22D 1510 Gilbert Street, Norfolk, VA, 23511-2699
- ZIP Code
- 23511-2699
- Solicitation Number
- N62470-02-R-7614
- Response Due
- 3/27/2002
- Archive Date
- 4/11/2002
- Point of Contact
- Bayla Mack, Program Analyst, Phone 757-322-8271, Fax 757-322-8285, - Elizabeth Ward, Contract Specialist, Phone 757-322-8290, Fax 757 322-8264,
- E-Mail Address
-
MackBL@efdlant.navfac.navy.mil, WardEM@efdlant.navfac.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Architect-Engineer or Engineering Services are required for preparation of DD Form 1391 Plus and Parametric Cost Estimate (PCE) documentation (a DD Form 1391 Plus is preparation of basic project documentation including the DD Form 1391; a PCE is enhancement of basic documentation, and includes economic analyses of alternatives and estimated utilities impacts), plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction for several civil design and engineering projects. The preponderance of the work on this contract will be located in the States of Virginia (outside of the Norfolk, Virginia Naval Complex), West Virginia and North Carolina. However, an order could be issued for projects within the Norfolk, Virginia Naval Complex. The Government will reserve an option to negotiate final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects. There is likely to be a variety of civil design projects added to this contract. The A&E must be able to demonstrate his qualifications (with respect to the published evaluation factors) to perform the following work: (A) Replace/upgrade deteriorated sanitary collection and treatment systems, potable water supply and distribution systems and stormwater drainage systems; (B) Install security fencing and gate facilities (to include, but not be limited to, gates, pass offices, guard houses and pop-up barriers); (C) Install/repair shoreline erosion control measures; (D) Design of new and resurfacing of existing airfields, roads, and parking lots; (E) Perform property and topographic surveys; (F) Facility sitework to include demolition, layout, site preparation utilities and grading and drainage to include erosion control, wetlands mitigation, and obtaining Stormwater Management, Erosion Control, and other environmental permitting; and (G) Preparation of Housing Site Engineering Investigations (SEI) - SEIs are required to improve the accuracy of budget pricing on new Family Housing. The SEI concentrates on the cost areas which historically have proven to be the most vulnerable to unforeseen cost changes during design. The SEI will look at subsoil conditions, topography, utilities, environmental mitigation, and special foundations requirements. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. 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. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their recent experience in design of the above listed work in categories (A) through (G); and (b) knowledge of local codes, laws, permits and construction materials and practices of Virginia, West Virginia and North Carolina with experience in preparation of permits in these areas; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) active professional registration including registration in North Carolina in order to sign and seal permit applications; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (c) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this project), and personnel roles in organization; (3) Sustainable Design - Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach; (4) Ability to perform work to schedules and capacity to accomplish a variation of 5 taskings 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 terms of one or more of the following (with emphasis on projects addressed in factor number one): (a) the process for cost control and the key person responsible; and (b) performance ratings/letters of recommendations received; (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 (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract); and (8) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting 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 contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. Firms are required to prepare the cost estimate utilizing the NAVFAC "SUCCESS" system in work breakdown structure (WBS), the specifications in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes two (2) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under this contract will not exceed $5,000,000; however, the yearly maximum may total up to $2,500,000. 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 July 2002.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: "NAME", "RELATED PROJECTS WORKED ON", "YEAR", "FIRM", and "TECHNICAL ROLE". Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 27 March 2002 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited as 100% 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 ($4,000,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.
- Place of Performance
- Address: Various Locations in Virginia, West Virginia and North Carolina
- Country: USA
- Country: USA
- Record
- SN00030045-W 20020224/020222213443 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |