SOLICITATION NOTICE
C -- Indefinite Quantity Contract for Architectural Design & Engineering Services for Projects in Europe, North Africa, Southwestern Asia, Iceland & the Azores
- Notice Date
- 6/3/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 6506 Hampton Blvd Building N-26, Code AQ22, Norfolk, VA, 23508-1278
- ZIP Code
- 23508-1278
- Solicitation Number
- N62470-04-R-5028
- Response Due
- 7/7/2004
- Point of Contact
- Robin Lamb, Program Assistant, Phone 757-322-8272, Fax 757-322-8285, - Mark Gostel, Contract Specialist, Phone 757-322-8233, Fax 757-322-8264,
- E-Mail Address
-
robin.lamb@navy.mil, gostelrm@efdlant.navfac.navy.mil
- Description
- This procurement is for the design of projects in Europe, North Africa, Southwestern Asia, Iceland and the Azores. The type of design projects expected to be performed under this contract include, but are not limited to: Administration Buildings, Religious Facilities, Operational Facilities, Quality of Life facilities, Schools, Base Housing, Water and Sewage Treatment Facilities and associated work, and Utility System upgrades. Architect-Engineer and Engineering Services that may be required under this contract include DD Form 1391 documentation, plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, Operation and Maintenance Support Information (OMSI), and construction surveillance and engineering consultation services during construction. The DD Form 1391 documentation is prepared in the Navy's Electronic Procurement Generator (EPG) and includes cost valuation, surveying, concept sketches, site sketches with utility points of connections, economic analysis, and recommendations for potential utilities impacts and sustainable features. 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 scope for projects may require evaluation and definition of asbestos materials and toxic waste disposition. The A&E must be able to demonstrate its (and consultants) qualifications with respect to the published evaluation factors to perform: (a) Building additions and construction of new facilities; (b) General building renovation work, i.e., repair/replacement of roofs, windows, doors, ceilings, floors, restrooms, and exterior and interior building finishes; and (c) Conduct Life Safety Code Studies and interior space planning/design studies. Site work, landscaping and pavements supporting facility operation shall also be required. Project designs shall include all electrical, mechanical, plumbing, fire protection, energy conservation systems, and all necessary utilities and amenities to support proposed project functions. As defined by paragraph 1-6 of UFC 3-600-01, this contract will require the services of a fire protection engineer or consultant. The A&E must demonstrate its 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), (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: (a) their past experience with regard to design of similar types of facilities; (b) experience with multi-phased design and construction programs; (c) experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, and NAVFAC Guide Specifications; (d) the firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection services, and OMSI); (e) knowledge of local codes, laws, permits and construction materials and practices of the contract and ability to work collaboratively with host nation consultants to produce plans and specifications that comply with host nation design and construction norms, laws and codes; and (f) Sustainable Design - 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 concepts employed, LEED certification awarded, and LEED Certified Professional proposed for this contract; (2) Professional qualifications and technical competence in the type of work required: Firms will be evaluated in terms of the design staff's: (a) organization and office management as evidenced by management approach (management plan for these projects), and personnel roles in organization, in particular, management's approach/plan to engage and fully integrate with host nation consultants to assure that design is compatible with in-country materials, standards and codes, and host nation construction practices; (b) active professional registration; (c) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; and (d) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; (3) Ability to perform the work to schedules and capability to complete multiple, minimum of 4, taskings simultaneously (show current and projected workload with a plan and schedule on how you propose to accomplish the work) - Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period; (4) 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; (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 of plans and specifications - list key personnel responsible; (6) Firm location and knowledge of the locality of the contract (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 construction materials and practices of the area of the contract; (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; and (8) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 73.7%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.3%, Women-owned Small Business (WOSB) - 13.8%, Veterans Owned Small Businesses (VOSB) - 3%, Services Disabled Veteran Owned Small Businesses (SDVOSB) - 3%, and HUBZone Small Business - 3.1%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. 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. There will be two (2) selections made from this announcement. The duration of each contract will be for one (1) year from the date of an initial contract award. The proposed contracts include four (4) one (1) year Government options for the same basic professional skills. The total A&E fee that may be paid under each of these contracts (including option years) will not exceed $15,000,000 for the entire contract term. The minimum guarantee for each contract will be $5,000 and will be satisfied by the award of the initial Task Order. The minimum guarantee covers the entire contract term, including option years. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of A&E performance under the subject contract. There will be no dollar limit per Task Order and no dollar limit per year. 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 September 2004. Section 114 of the General Provisions of the annual U. S. Military Appropriations Bill requires that this contract can only be awarded to a U. S. firm or a U. S. firm in a joint venture with a host country firm.--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. 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. Responses are due by 4:00 p.m. EST, 7 July 2004 will be considered. Responses should be sent to the following address: Commander, Attn: Code AQ22E, Atlantic Division, Naval Facilities Engineering Command, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried proposals will not be accepted. Electronic (email, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only one copy of qualification statements. These proposed contracts are being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541310 ($4,000,000). This is not a request for proposals. THERE IS NO RFP OR SOLICITATION PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 255 AND SF 254 DOCUMENTS IS CONTAINED HEREIN. Inquiries concerning this project should mention location and contract number. See Government Wide Numbered Note 24. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62470AE/N62470-04-R-5028/listing.html)
- Place of Performance
- Address: Europe, North Africa, Southwestern Asia, Iceland and the Azores
- Country: Europe
- Country: Europe
- Record
- SN00596678-F 20040605/040603212757 (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 |