Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2003 FBO #0407
SOLICITATION NOTICE

C -- INDEFINITE-QUANTITY ARCHITECTURAL-ENGINEERING SERVICES, VARIOUS PROJECTS, NAVAL AIR STATION, FALLON, NEVADA

Notice Date
1/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Northwest, ROICC Fallon, Naval Air Station Building 307, 2nd Floor, Fallon, NV, 89496-5000
 
ZIP Code
89496-5000
 
Solicitation Number
N44255-03-R-6037
 
Response Due
2/14/2003
 
Archive Date
3/1/2003
 
Point of Contact
Belinda Bratcher, Contracting Officer, Phone 775-426-2926, Fax 775-426-3205, - Elie Stowe, Contracting Officer, Phone (775) 426-2665, Fax (775) 426-3205,
 
E-Mail Address
BratcherBL(at)efanw.navfac.navy.mil, stoweef@efanw.navfac.navy.mil
 
Description
Firm Fixed Price, Indefinite-Quantity, Architect-Engineer services are required for engineering studies, investigations and the design and preparation of plans and specifications for the purpose of bidding and construction of a variety of architectural, mechanical, civil, structural and electrical projects at the Naval Air Station, Fallon, Nevada and within 150 miles radius including NAS Ranges and Bridgeport, California. Typical projects to be designed include: (A) Galley Renovations; (B) Office Renovations; (C) Warehouse Renovations/Upgrades; (D) PEB-based Projects; (E) Aircraft Equipment Test Stands; (F) Electrical System Upgrades (buildings) ; (G) Electrical Distribution Upgrades; (H) Airfield Lighting; (I) Airfield Pavement Repairs; and (J) Major Roof Repairs. Preparation of Construction documents/designs to include all engineering, architecture, and related disciplines as may be necessary. Designs will encompass preliminary through final plans, specifications, cost estimates, log of submittals, construction schedule, and designer to ROICC report to be formally advertised. Documents must be prepared using AUTOCAD 2002 and SPECSINTACT. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit: (1) a Standard Form 254, Architect-Engineer and Related Services Questionnaire, (2) a Standard Form 255, Architect-Engineer, and (3) any requested supplemental data to the procurement office indicated below. Firms having a current Standard Form 254 on file with the procurement office shown are not required to register this form. Firms desiring to register for consideration for future projects administered by the procurement office (subject to specific requirements for individual projects) are encouraged to submit annually, a statement of qualifications and performance data, utilizing Standard Form 254, Architect-Engineer and Related Services Questionnaire. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise or other requirements listed. Following an initial evaluation of the qualification and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required, will be chosen for negotiation. SELECTION CRITERIA: This procurement will be evaluated using Brooks Act procedures. The Brooks Act requires an architect-engineer firm to identify who will perform the work (including subcontractors) required under the contract. Firms shall address their planned potential for usage of small business, small disadvantaged business, women-owned small business, historically black colleges and minority institutions. All large business firms who are short-listed will be required to submit a subcontracting plan prior to being interviewed. Selection of firms for negotiation shall be made on demonstrated competence and qualifications necessary for the satisfactory performance of the type of professional services required through the following prioritized selection criteria in descending order of importance: A. PAST PERFORMANCE and RECENT SPECIALIZED EXPERIENCE: Provide at least ten (10) most recent projects, either government or private industry, having an application to the mission of the Naval Air Station, Fallon (i.e., Mess Halls/Restaurants, Barracks/Hotels, Family Housing/ Residential Homes and Subdivisions, Offices/Office Buildings, Aircraft Hangars, Industrial Facilities, Pre-Engineered Metal Buildings, major road and utility project, particularly: (1) On specific projects in terms of complexity of work, quality of work, variety of design projects, compliance with schedules, and cost control. (2) The A-E firm's Quality Control (QC) program, including controls used to maintain QC over staff and sub-consultants, and performance of QC on prior Department of Defense contracts. (3) Demonstrated long-term government or private business relationships, and repeat business on related efforts. (4) Performance on estimating a probable construction project in considering the cost, budget control throughout the preliminary engineering/design stage, knowledge of bid climate and related impact factors for the general areas of consideration, and anticipated bid results. B. PROFESSIONAL QUALIFICATIONS: (1) Identify members, if any, of the proposed design team (in-house and consultants) who participated in accomplishing the work described in Past Performance/Recent Specialized Experience criteria factor. (2) Provide the experience and roles of key design personnel, specifically on related projects addressed above. C. RECENT SPECIALIZED EXPERIENCE: Provide experience, government and/or private industry, within the last 5 years of the firm and proposed consultants: (1) Of Navy Regulations and Guidelines, and understanding of them. (2) In the preparation of engineering and other related studies, and plans and specifications to include site improvements, utility studies, fire protection systems, and life safety consideration. D. LOCATION of the firm within an 800-mile radius of Naval Air Station, Fallon, NV, and knowledge of the areas climatic, seismic and wind conditions, including appropriate selection of construction material and methods. E. CAPACITY to accomplish the contemplated work within a minimum reasonable time limit; as demonstrated by the impact of this work load on the firm?s permanent staff, projected work load during the anticipated design service period, the firm?s history of successfully completing projects in compliance with performance schedules, and providing timely construction support. Provide specific experience and related time frames for designing projects for rehab, repair, and alteration specifically on related projects addressed above. If consultants are involved, address history of working relationship. F. SOCIO-ECONOMIC: Use of small or disadvantaged or women-owned business firms as primary consultants or as subcontractors. G. VOLUME OF WORK previously awarded by the Department of Defense (DOD) to the firm. This information shall be recorded in Block 9 of the SF-255 by listing the total amount of prime DOD fees awarded for the previous 12 months. Special qualifications in the Department of Defense include the volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution of Department of Defense architect engineer contracts among qualified architect-engineer firms including small and small disadvantaged business firms, and firms that have not had prior Department of Defense contracts. GENERAL INFORMATION: The proposed procurement will result in the award of one fixed price indefinite quantity contract. The contract provides for one base year not to exceed $150,000 and one option year not to exceed $150,000, which may be unilaterally exercised by the Government. The contract shall have a minimum guarantee of $10,000 for the base year, and $10,000 for the option year if exercised. The maximum value of individual delivery orders executed under this contract is $50,000. The estimated start date is mid-May 2003 with projects having an estimated construction cost between $100,000 and $300,000. The project is open to large and small businesses. For this procurement, a large business is a concern for which the average annual gross revenue taken for the last three (3) fiscal years exceeds $4.0 million. A small/small disadvantaged business subcontracting plan may be required in accordance with FAR 19.704. The North American Industry Classification System (NAICS) Code for the procurement is 541330. The selected firm will be required to submit a subcontracting plan with its fee proposal if it is a large business. Qualified firms desiring consideration shall submit one copy of an SF-254, and SF-255 including organization chart of key personnel to be assigned to this contract and each sub-consultant?s current SF-254 to Belinda Bratcher, ROICC Office, Bldg. 307, 2nd floor, NAS Fallon, NV, 89496-5000 no later than 4:00 PM local time, on Friday, February 14, 2003. Failure to submit the aforementioned items will reflect negatively on the firm?s submittal during the evaluation process. The SF 255 with attachments (including the SF form itself and any other formats) shall be limited to no more than a total of 26 printed sides on 8.5 x 11 paper and not smaller than 10-pitch font. The package may be a combination of single sided and double-sided sheets but a total of 26 printed sides is the maximum allowed. Any markings on a sheet of paper are considered a part of the 26 count. Every page that is not an SF 255 will be included in the page count. The 26-page count limit is for the SF 255 submission. SF 254?s are attachments and not included against the 26-page count of the SF 255. Discuss why your firm is especially qualified based on the selection criteria in Block 10 of the SF-255. For firms applying with multiple offices, indicate the office that completed each of the projects listed in Block 8 and list which office is under contract for any contracts listed in Block 9. Use Block 10 of the SF-255 to provide any additional information desired. Those firms ultimately slated for interviews must submit their Design Quality Assurance Plan (DQAP) to include an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control processes, a portfolio of design work (both new construction and upgrades to existing facilities), a listing of present business commitments and their required completion schedules, and performance references other than Naval Air Station Fallon, NV (include 3 or more with names and telephone numbers of the contract administrators) for each firm proposed. Elaborate brochures or other presentations beyond those sufficient to present a complete and effective response to this announcement are not desired. Firms that design or prepare specifications for a construction contract or procurement of supplies cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Telegraphic and facsimile SF-255?s will not be accepted. Site visits will not be arranged during the submittal period. Debriefing requests will not be entertained prior to 45 days after the SF 254/255 submittal due date. This project is open to all business concerns. No additional technical information is available. This is not a request for proposals. Include E-Mail Addresses and Fax numbers in Block 3a and Contractor Establishment Code (formerly the DUNS number), Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. Label lower right corner of outside mailing envelope with "A-E Services N44255-03-R-6037."
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N44255F/N44255-03-R-6037/listing.html)
 
Place of Performance
Address: Naval Air Station, Fallon, Nevada
Zip Code: 89496-5000
Country: USA
 
Record
SN00237677-F 20030113/030111215342 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.