SOLICITATION NOTICE
C -- Indefinite Quantity for System Safety Engineering and Management Services for Projects throughout the Naval Facilities Engineering Command, Atlantic's Area of Responsibility
- Notice Date
- 12/13/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering 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
- N62470-05-R-1000
- Response Due
- 1/13/2005
- Point of Contact
- Robin Lamb, Program Assistant, Phone 757-322-8272, Fax 757-322-8285, - Robert Gostel, Contract Specialist, Phone 757-322-8233, Fax 757-322-8264,
- E-Mail Address
-
robin.lamb@navy.mil, robert.gostel@navy.mil
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Engineering and Design Services are required for an Indefinite Quantity Contract for System Safety Engineering and Management Services for Projects throughout the Naval Facilities Engineering Command, Atlantic's (NAVFAC LANT) Area of Responsibility (AOR). The NAVFAC LANT AOR includes the entire continental United States (CONUS), Caribbean, and outside continental United States (OCONUS), including Europe, North Africa, and Southwest Asia. The System Safety Engineering and Management program includes various areas of safety and health such as ergonomics, occupational health, confined space entry, electrical safety, fall protection, mishap investigation and reporting, inspections, self assessment and improvement, accident prevention and hazard abatement for shore based environments. System Safety Engineering and Management services may include, but are not limited to: preparation of drawings, specifications, cost estimates, translations, studies, research, surveys, professional reports (including graphics), computerized data bases, electronic submissions, facilitation of conferences and/or working groups, quality reviews and constructability reviews, review and/or preparation of DD Form 1391 planning documentation, Preliminary Hazards Lists (PHL), Risk Assessment Codes (RAC), Preliminary Hazard Analysis (PHA), System Safety Management Plans (SSMP), facilitating and/or participating in System Safety Working Groups (SSWG), writing scope of work statements for conducting PHLs, RACs and PHAs, reviewing drawings, specifications, and hazard analyses to ensure hazards are being identified, properly evaluated and controlled and compliance with applicable Industry Standards (OSHA 1910 and OSHA Codes), and providing consultation and construction surveillance. Services may also include, but are not limited to: new facilities or structures and alterations/renovations of existing facilities or structures, in the following categories: residential – barracks (hotels, apartments), family housing, and lodges (motels); commercial/office – exchanges (light commercial), commissaries (super markets), administrative offices, chapels (churches), and clubs; recreational facilities – recreation fields, auto shops, hobby shops, youth centers, and gymnasiums; institutional – schools (child development centers, kindergartens); training facilities; and hospitals; and industrial – repair facilities, hangars, warehouses, piers, towers, utility systems (water, steam, sewer, gas, electric, communication, etc.). 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; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, and drawings in AutoCad format. Firms will also be required to provide documents in pdf format. Some projects may also require design in the metric system. The contract requires that the selection firm have an on-line access to E-mail via the Internet for routine exchange of correspondence. This contract will require the services of a certified safety professional. 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), (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: (a) Past experience with regard to the systems safety engineering and management of the types of facilities or structures listed above. (b) Firm's experience in providing construction phase services (construction surveillance, construction inspection services, and design review for design/build projects). (c) Past experience in providing operations and maintenance surveillance, activity hazard analysis, and safety plan review and preparation. (d) Knowledge of local codes, laws, permits and construction materials and practices of the contract area. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in the organization. (b) Active professional registration (inclusive of a certified safety professional). (c) Experience (with present and other firms) and roles/responsibilities of staff members specifically on projects addressed in Evaluation Factor 1. (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 up to 3 taskings simultaneously (show current and known projected workload through the contract duration including option years). 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 past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. 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 (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 7. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting 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. 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 the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 74.8%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.5%; Women Owned Small Business (WOSB) - 14.0%; Veterans Owned Small Business (VOSB) - 3%; Services Disabled Veteran Owned Small Business (SDVOSB) - 3%; and HUBZone Small Business - 3.1%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The duration of the contract will be for one (1) year from the date of an initial contract award with three (3) additional one year periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. 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 the 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. This proposed contract is 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 541330 ($4,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 13 January 2005. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ22E, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-DEC-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/N62470-05-R-1000/listing.html)
- Place of Performance
- Address: Continental United States, Caribbean, outside Contental United States
- Record
- SN00720445-F 20041215/041213211757 (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 |