SOLICITATION NOTICE
C -- Indefinite Quantity Architect Engineering Services
- Notice Date
- 2/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Activity, Midwest, NSWC, 300 Highway 361 B-2516, Crane, IN, 47522-5082
- ZIP Code
- 47522-5082
- Solicitation Number
- N68950-03-R-1017
- Archive Date
- 3/27/2003
- Point of Contact
- Timothy Curry, Contract Officer, Phone 812-854-3537, Fax 812-854-3800, - Debra Dills, Contract Officer, Phone 812-854-3234, Fax 812-854-3800,
- E-Mail Address
-
curry_tim@crane.navy.mil, dills_debra@crane.navy.mil
- Description
- PRE-SOLICITATION SYNOPSIS Indefinite-Quantity A-E Contract for design services and preparation of engineering studies. Types of projects needing plans and specifications include miscellaneous renovation/repair and new construction ranging between $25,000 and $3M and will be located at Crane Division, Naval Surface Warfare Center, Crane, Indiana,. The majority of the work is anticipated to be at Crane Division, Naval Surface Warfare Center, Crane, Indiana and some work may be required at Department of Navy locations in Indiana, Illinois, Ohio, Missouri, Kentucky, and Michigan. The total A-E fee for the contract shall not exceed $500,000. The contract will remain in effect for one year. A second year option for an additional $500,000 may be exercised at the discretion of the Government. A minimum fee of 5% of the estimated maximum price of the contract is guaranteed. The design contract scope will require architectural, mechanical, electrical, civil, (including railroad design), structural, and minor environmental disciplines. The work includes preparation of plans (in Autocad Release 14 or later), specifications (using SPECSINTACT system) and construction cost estimates (using WinEstimator/MEANS cost estimating system) for all types of new facilities and/or upgrades of existing facilities. Also studies, design-build packages, collateral equipment lists, project preliminary hazard analysis, permit application preparation, interior design, contractor submittal review, Title II Inspection, operation and maintenance support information (OMSI), military construction project planning, and as-built preparation may be required. All work shall be in English or metric units at Governments discretion. This work may involve dealing with asbestos, lead and other hazardous waste. The A-E may be required to conduct a comprehensive asbestos/lead paint survey and provide a design which will support the removal and disposal of hazardous material in accordance with applicable laws and regulations of the states in which the projects are located. Firms must be able to accept work which involves asbestos, lead paint and hazardous materials. Proper accreditation is required for asbestos and lead in each state or by the EPA. The A-E will be required to conduct extensive on-site investigations to obtain data for design. Significant evaluation factors (in order of importance): 1. Professional Qualifications: Submit a matrix for proposed design team(s), including alternatives, that contains the following data about the member?s assignment: Team member?s name, firm name, office location, proposed team assignment, % time to be spent on this team, highest education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, number of years with the firm. Also 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. 2. Specialized Experience: Provide a description of germane, recent projects, with clients, for which team members provided a significant technical contribution. Work on these projects must have been done in the last five years. Indicate how each project is relevant to the work described herein. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team member names shall be across the top row of the matrix. Describe the firms experience with the SPECSINTACT system and the WinEstimator/MEANS cost estimating system. 3. Performance: Provide a tabular 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). These ratings should be dated 1997 or later and should include those for joint venture partners and include the following data: clients contact, clients need date, design completion date, and final cost estimate compared to the contract award amount (note whether bid or negotiated). 4. Capacity: Submit an organizational chart with the following submission: Principal point of contact, project manager, team leaders, the name of each design team member, all team member associates, and the name of at least one alternative for each key person. 5. Location: Provide a list of recent projects performed by the firm or joint venture partners, and appropriate subcontractors in the State of Indiana. 6. Volume: Volume of work previously awarded to the firm by the Department of Defense. Interested firms must list in block 9 of the SF255 the amount and dates of all DOD fees for A-E/E-S services awarded and negotiated with awards pending between 1 February 1998 and 1 February 2003. A-E firms wishing to be considered must submit a SF255 by _____________. In addition the applying firm must submit a SF254, or have one on file with this office that is not over one year old. This is not a request for proposal. At the selection interview, A-E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), including 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) as well as a sample of a recently completed design-build RFP package, a listing of present business commitments and their required completion schedules, financial and credit references, and performance references.
- Place of Performance
- Address: Naval Surface Warfare Center, Crane, IN
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN00253806-W 20030207/030205213735 (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 |