Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2003 FBO #0446
SOLICITATION NOTICE

C -- Indefinite Delivery Requirements Contract for Performance of Tasks Associated with Facility Support Contract (FSC) Product Line Components

Notice Date
2/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 1510 Gilbert Street Building N-26, Code AQ22D, Norfolk, VA, 23511-2699
 
ZIP Code
23511-2699
 
Solicitation Number
N62470-02-R-3055
 
Archive Date
4/11/2003
 
Point of Contact
Robin Lamb, Program Assistant, Phone 757-322-8272, Fax 757-322-8285, - Manoo Shivaee, Contract Specialist, Phone 757-322-4155, Fax 757 322-4166,
 
E-Mail Address
LambRM@efdlant.navfac.navy.mil, ShivaeeMA@efdlant.navfac.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Engineering Services are required for preparation of technical portions of solicitation packages for Facility Support Contracts (FSC) at various locations primarily within, but not limited to the Atlantic and Southern Divisions, Naval Facilities Engineering Command Areas of Responsibility. Solicitation packages include, but are not limited to: The Performance Work Statement (PWS) including the Performance Requirements Summary (PRS) and applicable sketches and drawings; a Quality Assurance (QA) Plan; and detailed Government cost estimate. FSC solicitation packages may be single or multi-functional area(s) including Base Operations and Services Contracts (BOSC). Examples of functions included in FSCs include, but are not limited to: HVAC and refrigeration equipment services; building and structures maintenance and repair; solid waste collection and disposal services; elevator maintenance; rail facilities maintenance and repair; transportation operation and maintenance; hazardous waste management services; environmental laboratory services; custodial and hospital housekeeping services; grounds maintenance; steam, water and wastewater plants operation, maintenance and repair; pest control; housing maintenance; guard services; air operation services; and ground electronics maintenance and repair. FSCs may also include indefinite quantity work requirements such as, but not limited to: Job Order Contracts (JOC); multi-trade construction; painting; roofing; paving, fencing; fender piling; and engineering services such as inspections, evaluations, cost estimates, research, and design. Engineering services may also be required to develop and/or conduct training courses including, but not limited to Quality Assurance Evaluator (QAE) Basic Course; PWS Writing; and Cost Estimating. Engineering services may also be required in support of the Strategic Sourcing Program to include, but not limited to: OMB A-76 related tasking such as PWS development, Government cost estimate, and development of a Most Efficient Organization (MEO) for functions under study; functionality assessments; studies for consolidation, restructuring and re-engineering of activities; privatization studies; and business management practices evaluation studies. 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 (5) are of equal importance; factors (6) and (7) 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 their experience in preparation of FSC packages, in work related to OMB A-76, in functionality assessment studies, and in consolidation, restructuring, re-engineering and business management practices evaluation studies within the past 5 years; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the staff's: active professional registration; multidiscipline technical experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in organization; (3) Ability to perform the work to schedules - Firms will be evaluated in terms of impact of this workload on the staff's projected workload during the contract period; (4) Past performance - Firms will be evaluated in terms of the firm?s demonstrated long-term business relationships and repeat business with the Government and private customers on relevant types of work mentioned above; (5) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination; (6) Firm location (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 on their location with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits; and (7) 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. The duration of the contract will be for one (1) year from the date of an initial contract award. The proposed contract includes 4 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 $3,000,000; however, the yearly maximum may total up to $750,000. 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 May 2003.--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 2003 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: Atlantic and Southern Division's Area of Responsibility
 
Record
SN00261630-W 20030221/030219213619 (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.