Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2007 FBO #1986
SOLICITATION NOTICE

C -- Indefinite Delivery/Indefinite Quantity A-E Contract for Architectural Projects for NAVFAC NW

Notice Date
5/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, 1101 Tautog Circle, Silverdale, WA, 98315-1101, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N44255-07-R-2005
 
Response Due
6/4/2007
 
Description
DESCRIPTION: Architect/Engineer (A/E) services are required for a regional firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract primarily for architectural projects for various locations under the Naval Facilities Engineering Command Northwest (NAVFAC NW) area of responsibility (AOR), but primarily in Washington State. The NAVFAC AOR includes the states of Washington, Oregon, Idaho, Montana, and Alaska. However, on occasion, work may also be required in other areas of the United States. Required A/E services are primarily architectural in nature, but a strong multi-discipline team is required. For this contract the lead discipline shall be a registered Architect. Services shall be accomplished in the firm?s office with the exception of field/subsurface investigations and surveys as required at the project site. The maximum contract value may not exceed $5,000.000 aggregate total. The minimum guarantee for the contract shall be $10,000. The value of individual task orders executed under this contract may range from $1,000 to $1,000,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one -year base period with four one-year option periods. Each performance period will run one calendar year, or until the maximum dollar limit is reached, whichever occurs first. The government may unilaterally exercise the option periods. Per NFAS 17.208-100(c)(1), options for post construction award services may be negotiated on individual task orders for unilateral exercise. Estimated start date for this contract is August 2007. Federal Acquisition Regulations (FAR) Part 36.6 (Brooks Act) selection procedures apply. This is an unrestricted procurement. The NAICS Code for this procurement is 541310 and the annual small business size standard is $4M. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for construction contracts or task orders issued under the resulting contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. STATEMENT OF WORK: Task orders are primarily for the preparation of design/build request for proposals (RFP) and plans and specifications for contracts to accomplish renovation projects, or for construction of new facilities. Other critical task orders are for the identification of customer project design requirements through the development of SF 1391 documentation. Projects may include new designs, evaluations, and/or studies for maintenance, construction, equipment installation, repair and replacement of a wide range of architectural facilities, but with an emphasis on administrative, commercial, industrial, training, recreation, dining halls, commissaries, exchanges, lodges, housing/bachelor quarters, reserve centers, fire station, public works operations, maintenance/repair facilities, light industrial/public works-type facilities, ordnance storage, aviation facilities, warehouses and high security facilities. Major importance will be attached to 1391 development and to integrating new designs with existing facilities and systems. Design and engineering services may also include handicapped accessibility (ADA/UFAS) renovations, interior design, code studies, analysis of existing structures using current DoD seismic criteria, seismic evaluation, field investigation, utility studies, design using Navy anti-terrorism force protection criteria, cost estimating, economic analysis, engineering studies, topographic surveys, sub-surface investigations, construction support, demolition, fire protection, repainting, re-roofing, adaptive re-use of renovated facilities, and cathodic protection. During the performance of this contract, hazardous materials/waste assessments or surveys may be required. Firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials. Recovered and recycled materials will be involved in all projects. Cost estimates shall be prepared by a professional cost estimator using R.S. Means, historical data, or Tri-Services Unit Price Book databases, and using SUCCESS cost estimating software (also available on the WBDG website in the CCB database). Computer drawing data shall be provided on electronic media compatible with Intergraph Microstation or AutoCAD, although all final documentation is to be delivered in AutoCAD. Specifications shall be prepared using SPECSINTACT software and will also be provided in .pdf format for posting to Government websites during solicitation. Design using Systeme Internationale (SI) Metric Units may be required. The work may also include other engineering services including cultural, natural and historical preservation requirements of the State Historical Preservation Office (SHPO) as well as customer activity Base Exterior Architecture Plans (BEAPs). SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The selection will be based on the criteria listed below. Criteria 1 and 2 are most important and equally weighted. Criteria 3 through 9 are in descending order of importance. SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. The following elements may result in a higher rating and should be addressed accordingly when preparing criteria responses: a) Projects completed within the last five (5) years; b) Projects emphasizing integrating new designs with existing facilities and systems for dining halls, lodges, bachelor quarters, reserve centers, and high security building types; c) Projects involving the development and programming of customer design needs (e.g., SF1391 data); d) Projects with an estimated construction cost of $100K to $10M; e) Projects involving a sustainable design approach especially those achieving LEED ratings; and f) Design-build RFP preparation projects. SUBMISSION REQUIREMENTS: The SF 330, Part One is limited to 75 single-sided pages (this restriction does not include Criteria 8). Submit an SF330 Part Two for the Offeror, branch offices, and key subconsultants composing the proposing team. Minimum font size is 10. Submit the following items in accordance with the instructions at the end of this synopsis: a) SF 330 for the prime offeror (SF330 should also include the team's key subconsultants) addressing the following selection criteria information; b) Criteria 8 shall be separate from the SF330. SF330, Section B: Contract Information: In Block 5, list firm's Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. SF330, Section D: Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key subconsultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) SF 330, Section E: CRITERIA 1, PROFESSIONAL QUALIFICATIONS AND EXPERIENCE: Professional qualifications and experience of the proposed team members to be assigned to this contract, which are necessary for satisfactory performance of the type of work requirements listed in the Statement of Work section above. Submission Requirements: Provide brief resumes of Key Personnel, including those of each proposed team member who will specifically serve as Project Manager, discipline Designers of Record (DOR), and Cost Estimator(s). The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Project Managers and DORs must be professionally registered in their discipline. Provide license number in addition to state of registration and discipline in Block 17 of the resume. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual member?s experience relevant to this contract scope. SF 330, Sections F and G, CRITERIA 2, RECENT TEAM EXPERIENCE: Specialized experience of the proposed team with the type of work described in the Statement of Work section above. Submission Requirements: a. Section F: For each of the team's firms, provide a maximum of five (5) specific completed projects that best illustrate overall team experience relevant to this contract scope. Firms with multiple offices shall indicate which office completed each project listed. A project is defined as either a single function contract or a single task order under an Indefinite Delivery Indefinite Quantity or On-Call type contract. b. Section G: From the total projects listed in Section F, provide a maximum of ten (10) projects that best demonstrate the overall team's experience working together. SF330, Section H, Additional Information requested by Agency. Address Criteria 3 through 9 only. Any additional information submitted in Section H pertaining to Criteria 1 and 2, other than past performance information, will not be evaluated. Additional sheets may be used, if required. CLEARLY IDENTIFY THE CRITERIA NUMBER AND TITLE. CRITERIA 3, PAST PERFORMANCE: Past performance with Government agencies and private industry on projects submitted under Criteria 2, in terms of quality of work, cost control, and compliance with performance schedules. Points of contact provided in other criteria may be contacted. A firm with no record of past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: For each project provided as experience under Criteria 2: a) If a federal contract, provide a copy of all DD Form 2631s, Performance Evaluation (Architect - Engineer) issued for that contract; b) If not a federal contract, provide facility owner documentation of the firm's performance issued on that contract. If no documentation exists, so state; c) Provide accessible owner points of contact-name, title, address, telephone number, and fax number; and d) Provide copies of awards and letters of appreciation/commendation received within the last five years. CRITERIA 4, QUALITY CONTROL: Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Demonstrate clearly and specifically how this standard plan will be customized to best serve the needs of this contract. Submission Requirement: a) Provide an organization chart that identifies the overall relationship and lines of authority of the proposed team. Include firm names, key personnel and their discipline/specialty; b) Describe the prime's QC program, identify the person primarily responsible for the QC program, and indicate how the prime firm ensures quality consistently across the entire team. Illustrate success in implementing the program; and c) Address the team?s QC processes for checking design-build RFPs and verifying plans and specifications for coverage of customer requirements; avoidance of errors and omissions; documenting design decisions; and incorporating and tracking review comments. Of special interest are the QC processes in place that minimize the government?s effort to QA the A/E's work product for coverage of customer requirements, and identification of errors and omissions. CRITERIA 5, LOCATION: Firm's location in relation to the general geographical area of NAVFAC NW Area of Responsibility and demonstrated knowledge of local conditions as they impact design approaches, construction materials, codes/ordinances, costs, and other conditions unique to Naval installations in the NAVFAC NW AOR. Since a majority of the work will be in the Greater Puget Sound Area, higher weight will be given to firms with a local office in the Greater Puget Sound Area. Submission Requirements: Demonstrate knowledge of the general geographical area and describe and illustrate by example the team's demonstrated knowledge of design approaches, Navy criteria, construction materials, codes/ordinances, costs, and other conditions unique to Naval installations in the local NAVFAC NW AOR. Identify the location of the office to perform the work under this contract. CRITERIA 6, SUSTAINABLE DESIGN AND ANTI-TERRORISM FORCE PROTECTION: Demonstrated ability to design projects with within strict sustainability limitations and demonstrated knowledge of sustainable design criteria, building rating system prerequisites and requirements, and certification processes. Demonstrated ability to design projects within strict anti-terrorism force protection limitations and demonstrated knowledge of anti-terrorism force protection design criteria. Submission Requirements: a) Clearly describe the team's demonstrated ability to design sustainably. Identify the LEED Accredited Professional team member(s). Clearly describe with examples the demonstrated ability of the design team to use the U.S. Green Building Council (USGBC) LEED System, including descriptions of waste reduction techniques and energy efficiency in facilities designed by the team. Clearly describe the familiarity of the design team with the use of recycled and recovered materials on construction contracts per FAR 52.223-9. b) Clearly describe the team's demonstrated ability to design according to DOD/Navy anti-terrorism/force protection criteria for the safety of personnel in military facilities. Clearly demonstrate familiarity with all criteria and associated mitigation measures in design and construction, including, but not limited to, standoff distances, blast resistant design and prevention of progressive collapse, and design of physical security equipment (PSE). CRITERIA 7, CAPACITY: Capacity to accomplish the work in the required time and ability to handle multiple projects at the same time. Submission Requirement: a) For each design team firm, list all current projects being designed in the design team firm?s office, with a current design fee of greater than $500,000. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm?s present workload and the availability of the project team (including subconsultants) for the specified contract performance period; b) For each design team, describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and c) Discuss how surge workload would be managed. CRITERIA 8, COMMITMENT TO SMALL BUSINESS CONCERNS (FOR LARGE BUSINESSES ONLY): Use of small business concerns as subconsultants. Submission Requirement: Demonstrate commitment and use of small business concerns as subconsultants on this contract. Provide a chart with each small business category listed; identify the proposed names of the small businesses, and the dollar amount and subcontracting percentage the prime anticipates subcontracting to each small business. Additionally, provide a brief narrative as to how your firm will meet the following small business subcontracting goals: Small Business (SB)-23%; HUBZone SB-3%; Small Disadvantaged Business-5%; Service-Disabled Veteran-Owned SB-3%; Veteran-Owned SB-3%; and Women-Owned SB-5%. NOTE: If a large business firm is selected for award, an acceptable subcontracting plan that reflects a minimum of subcontracting goals stated above must be submitted before price negotiations begin for contract award. CRITERIA 9, VOLUME OF WORK. Volume (dollar amount) of Department of Defense (DoD) work awarded to firm in past 12 months with objective of equitably distributing contracts among firms, including minority owned firms and firms without prior DoD contracts. Submission Requirement: Provide a list of DoD contracts awarded in the last 12 months to include dollar value. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. List of basic contract awards; listings of task orders and contract modifications is neither required or desired. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain management and design team components, QC process; and to provide design solutions to actual/hypothetical project, etc. Elaborate presentations are not desired. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, and the Criteria 8 folder (cover letter, attachments and pages in excess of the page limitation will be excluded from the evaluation process). Per DFAR 252.204.7004, firms must be registered with Central Contractor Registration prior to contract award. Registration information is available at their website, http://www.ccr.gov. Failure to register in the CCR may render your firm ineligible for award. A-E firms that meet the requirements described in this announcement are invited to submit a completed SF 330 via e-mail to cindy.harley@navy.mil no later than 2:00 p.m. local time on June 4, 2007. Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. The file name and subject line of the email for the SF330 shall read: N44255-07-R-2005-SF330 --(Insert Company Name). The file name and subject line of the email for Criteria 8 shall read: N44255-07-R-2005-CRIT8 --(Insert Company Name). Each electronic file attachment should be less than 10 megabytes in size. If more than one email is required due to the size of the attachments, the subject line of the email and the files shall be named as stated previously with the addition of email X of X (e.g., email 1 of 2). Due to computer software restrictions, attachments may only be submitted in .PDF format or .DOC format. Do not zip the attachments because the system will remove any .ZIP attachments. To verify receipt of your proposals, please e-mail the number of emails you have submitted to cindy.harley@navy.mil. Special attention is called to FAR 52.215-1(c)(3)(i)(A), Instructions to Offerors. (ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and --(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government?s control prior to the time set for receipt of offers; or (3) It is the only proposal received. The physical address is Naval Facilities Engineering Command, Northwest, Attn: Cindy Harley, 1101 Tautog Circle, Suite 203, Silverdale, WA 98315. Site visits will not be arranged during this period. Debriefing requests will not be entertained prior to 45 days after the submittal due date. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror?s responsibility to check the NAVFAC electronic solicitation website at: http://esol.navfac.navy.mil for any revisions to this announcement or other notices. A Plan-holders list will be available only via the ESOL website under this solicitation number. E-mail address for inquiries is: Cindy.Harley@navy.mil. *** END OF ANNOUNCEMENT ***
 
Place of Performance
Address: See description
Zip Code: 98315
Country: UNITED STATES
 
Record
SN01287147-W 20070505/070503221254 (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.