Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR ENGINEERING SERVICES FOR THE ALTERATION AND REPAIR OF VARIOUS FACILITIES, MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA

Notice Date
6/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Desert IPT, ROICC Twentynine Palms, Marine Corps Air Ground Combat Center Building 1138T1, Twentynine Palms, CA, 92278
 
ZIP Code
92278
 
Solicitation Number
N62473-06-R-5244
 
Response Due
7/14/2006
 
Archive Date
7/21/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Description: This contract covers the furnishing of architectural and engineering services for various civil, architectural, mechanical and electrical projects which may include: 1) Preparation of engineering studies, DD 1391?s, GIS, and cost estimates as designated as well as professional architectural/engineering review services for MILCON project documents. 2) Preparation of contract documents for designated alteration and repair projects. Typical projects will include but not necessarily be limited to, the alteration or repair of tactical vehicle maintenance facilities, military training classrooms, administrative spaces, BEQ?s and their supporting heating and cooling, electrical distribution, water supply and sewer disposal systems, as well as related IT and drainage/earthwork requirements all of which may require design skills from one or more major disciplines consisting of civil, architectural, mechanical or electrical. Projects may also include incidental work requiring the use of other engineering disciplines such as geotechnical, structural, surveying, environmental, IT or other specialized consultants necessary for the completion of the project. Preference will be given to firms with experience in designing the above-mentioned projects for military/desert environments. Special consideration may also be given to firms with successful alternative subcontract experience with a variety of firms in the same engineering discipline. The purpose of this contract is to obtain the services required to support the Engineering Branch office. Services shall be accomplished in the contractor?s office with the exception of such engineering field investigations, field surveys and soils investigation as are required at the site. Direct supervision of the Architect/Engineer?s A/E) employees will not be provided by the Government. EVALUATION FACTORS (in order of importance): 1. SPECIALIZED EXPERIENCE. Recent specialized experience in the alteration or repair of tactical vehicle maintenance facilities, military training classrooms, administrative spaces, BEQ?s and their supporting heating and cooling, electrical distribution, water supply and sewer disposal systems, as well as related IT and drainage/earthwork requirements including where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. 2. PROFESSIONAL QUALIFICATIONS: Professional qualifications of the staff (including consultants, if applicable) assigned to the work. Technical competence by discipline (education, registration and experience) of individual design team members. At a minimum, professional registration is required for one individual in each of the specified disciplines; 3. CAPACITY. Capacity to accomplish the work in the required time. Indicate the firms present workload and the availability of the project team (including consultants, if any) for the specified contract performance period; 4. QUALITY ASSURANCE/QUALITY CONTROL: Coordination methods used during the performance of work. Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning and engineering services. 5. PAST PERFORMANCE: Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. List recent awards, commendations and other performance evaluations (do not submit copies); 6. LOCATION: Location in the general geographical area of the project and knowledge of the locality of the project; provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; 7. SUBCONTRACTOR UTILIZATION: Use of Small, Disadvantaged, or Women-Owned business firms as primary consultants or as subcontractors. The NAICS Code is 54133 and the small business size standard classification is $4,500,000. THE PROPOSED CONTRACT IS BEING SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE, THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED ONLY FROM SMALL BUSINESS CONCERNS. Type of Contract: Indefinite Quantity Contract/Firm Fixed Price Task Order Estimated Start Date: October 2006. The minimum guarantee for the entire contract term (including option years) will be $5,000. The A-E fee for any one project may not exceed $99,000. The value of this contract shall not exceed $2,000,000 per year. This contract shall expire one year after contract award unless the Government exercises an option to extend the term of the contract. There are two (2) option years available. The Government shall provide the A-E written notification of it?s intent to exercise an option prior to exercising it. If the Government exercises the option to extend the term of the contract, the total amount of the contract shall not exceed $6,000,000 for the Base + two (2) option years. The rates shall not be subject to renegotiation should the option(s) be exercised. The Government reserves the right to exercise the options during the base period of performance. The contract requires that the selected firm have on-line access to email via the Internet for exchange of correspondence/information. Work will prepared utilizing AutoCad Release 2006 or higher. Specifications will be prepared using SPECSINTACT program. Selected firm may be required to provide documents in Adobe format. All contractors are advised that registration in the DoD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to be registered in the DoD CCR Database may render your firm ineligible for award. All firms are encouraged to register as soon as possible. Information regarding this registration may be obtained by accessing the following web site: http://www.efdsw.navfac.navy.mil/home.htm or through the point of contact identified for this procurement. A/E firms, which meet the requirements described in this announcement, are invited to submit completed Standard Form 330 to the office shown above. Standard Form 330 may be downloaded from the following GSA web site: http://www.gsa.gov/forms. Additional information requested of applying firms: indicate solicitation number. Duns number, fax number (if any) and discuss why the firm is especially qualified based on the selection criteria of the SF 330. For firms applying with multiple offices, indicate the office, which completed each of the projects and list which office is under contract for any additional information desired. Do not list more than a total of 10 projects in Block 21. Indicate point of contact and telephone number in block 23 for each project listed. Indicate which consultants from the proposed team, if any, participated in the design of each project. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. SF 330 shall not exceed 30 printed pages (double sided is two pages/organization charts and photographs excluded, exception: photographs within text will be considered as a page). All information must be included on the SF 330 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (e.g., not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 21, not providing a list of the Small, Disadvantaged, or Women-Owned business firms used as primary consultants or as subcontractors, etc.) directed by this synopsis may be negatively evaluated under the selection criteria in which it was requested. Firms which 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 330s will not be accepted. Site visits will not be arranged during the submittal period. Points of contact Charlene Sterling, Contract Specialist, (760) 830-4620 or Merry C. Pilgrim, Contracting Officer (760) 830-7414.
 
Place of Performance
Address: MARINE CORPS AIR GROUND COMBAT CENTER, TWENTYNINE PALMS, CA
Zip Code: 92278-6013
 
Record
SN01065295-W 20060610/060608221216 (fbodaily.com)
 
Source
FedBizOpps 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.