SOLICITATION NOTICE
C -- Miscellaneous A&E Design and Explosives Safety Services
- Notice Date
- 11/8/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Washington, 1314 Harwood Street Washington Navy Yard, Washington, DC, 20374-5018, UNITED STATES
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-08-R-0495
- Response Due
- 12/10/2007
- Point of Contact
- Denise Wilson, Contract Specialist, Phone (202) 685-0400, - Tammy Crouse, FBO Location Coordinator, Phone (202) 685-3162, Fax (202) 685-1788
- E-Mail Address
-
denise.wilson1@navy.mil, tammey.crouse@navy.mil
- Description
- The Naval Facilities Engineering Command (NAVFAC) Washington, Washington,DC has a requirement for miscellaneous A&E design and explosives safety services at various locations. The work primarily includes an indefinite quantity contract for architectural and engineering services to support facilities & site development & designs; and miscellaneous explosives safety services. Work required includes the preparation of miscellaneous studies; and Request-for-Proposals (RFP's) for design build & design bid build projects, PCAS support, and construction cost estimates ready for bidding for various projects at various locations in the NAVFAC Washington region - Washington, DC, VA and MD. Areas of consideration may include other NAVFAC Atlantic Facility Engineering Commands, also. The contract will cover a wide range of facility designs and explosives safety support primarily for RDT&E and manufacturing processes involving energetics and industrial chemicals. Such processes may range from laboratory-scale research and development to full-scale production, testing, storage, transport, and decontamination/disposal. The services described below will often involve working within the constraints of explosives safety quantity-distance (ESQD) arcs and conforming to the requirements of NAVSEA OP-5 (Ammunition and Explosives Ashore, Safety Regulations for Handling, Storing, Production, Renovation, and Shipping). Task orders may include facility planning, in addition to facility programming, design development and RFP preparation to support MILCON, Special Project, footprint reduction, AT/FP (Force Protection) projects, operations & maintenance, etc. Task orders may include explosives safety requirements as set forth in NAVSEA OP-5; and the National Environmental Policy Act (NEPA) and all associated federal, state, and local regulations. Facility projects may require extensive chemical, industrial, and/or environmental process engineering expertise and may include process equipment evaluation and selection. Task orders may include various environmental, safety, and explosives safety support services, including, but not limited to, preparation and review of Preliminary Explosives Site Approvals (ESAs) and Final Safety Approvals in accordance with NAVFAC Regional Planning Instruction 11010.45 and NAVSEA OP-5. The A-E must have experience in preparing project construction document packages for approval by the Naval Ordnance Safety and Security Activity (NOSSA) & Department of Defense Explosives Safety Board (DDESB). Depending upon the projects, consultations with regulatory agencies, such as the U.S. Fish and Wildlife Service (USFWS), state historic preservation offices (SHPO), and state environmental agencies will be required. Associated work includes design and engineering effort for repairs, renovations, alterations and new construction of the following type of structures: single or multi-story, high bay, masonry, concrete, steel, wood and pre-engineered facilities for miscellaneous administrative facilities; research facilities; production facilities; hangars; parking; educational facilities; and other types of shore and shore related facilities. Projects may include, but not be limited to, all or part of the following: roofing systems, flooring systems, ceiling systems, interior and exterior partitions, rest room and shower facilities, millwork, office systems, signs, interior and exterior finishes, windows, doors, skylights, insulation, vertical transportation (stairs, elevators, escalators and ramps), building demolition, and pest damage analyses. In addition, work may include related security, communication, power, fire protection, HVAC, lighting systems, and overall site improvements. Antiterrorism / Force Protection (AT/FP) considerations are required for all projects - familiarity with UFC - DoD Minimum Antiterrorism Standards for Buildings (most recent version) is required. Sustainable Design features are required in design and engineering work for many of our projects ? experience with USGBC LEED is required. SCIF, IDS, shielding and related features may be required ? familiarity with Navy/DoD criteria is required. The preparation of comprehensive storm water management plans for the State of Maryland, the District of Columbia, and the Commonwealth of Virginia are required. Interior design services may be required. Coordination with the National Capital Planning Commission, SHPO, the Commission of Fine Arts, and the Maryland National Capital Parks and Planning Commission, etc. may be required depending upon the location and type of projects. The possibility of hazardous materials, i.e. asbestos, lead paint, PCB, etc. may exist at various project sites. If hazardous materials are suspected or encountered, the A-E Contractor will be required to conduct hazardous material removal surveys, including testing and sampling, provide design removal procedures and prepare construction contract documents in accordance with applicable rules and regulations pertaining to such hazardous materials. All hazardous materials licenses and/or accreditations necessary for the locality of the potential project sites are required by the A-E firm or its subcontractor(s). The general intention is to provide for such design and engineering services as necessary to support the procurement of these contracts. Services, such as technical reports and studies, site investigations, DD Form 1391 packages, programming, concepts, design build or design bid build contract documents, construction cost estimates, surveys, shop drawings reviews, construction consultation and inspection, and preparation of construction record drawings, O&M / OMSI manuals and similar types of work, may be required at any time up to the final acceptance of all work. The Government will and Contractor (Construction and/or A-E) shall utilize the Naval Facilities Engineering Command?s (NAVFAC) WebCM system (or it?s replacement system) for electronic submittal of all data and documents (unless specified otherwise by the Contracting Officer) throughout the duration of the contract. WebCM is a web-based electronic media site that is hosted by Primavera Systems Inc.. ?PrimeContract? (hereinafter referred to as WebCM) web solution will be made available t key Prime Contractor personnel (Construction and/or AE) personnel, personnel working for subcontractors, and the Designer of Record. The joint use of this system is to facilitate; electronic exchange of information, key processes, and overall management of the contract. WebCM shall be the primary means of project information submission and management. When required by the Contracting Officer, paper documents will also be provided (i.e.; e.g. the signature of Contract Modifications and submission of Contract claims). In the event of discrepancy between the electronic version and paper documents, the paper document will govern. The selected A-E contractor for the contract will be required to provide overhead, profit, and discipline hourly rates initially to the Contracting Officer within 7 days after receiving notification. The selected firm will also be required to participate in an orientation and site visit meeting within seven days of notification and provide a fee proposal within 10 days after receiving the scope of work & request for proposal. This will be a firm fixed price A-E contract. The total amount of the contract will not exceed $5 million. The duration of the contract will be for the period of five years total ? one basic contract year, with the possibility of four one-year options. The estimated start date is February 2008. Selection evaluation criteria, in relative order of importance are included below. 1.a. Specialized experience and professional qualifications of the firm, including subcontractors, and the proposed project team (the team/office actually accomplishing the work) in providing complete architectural services with multi-disciplinal engineering support services for the requirements as described herein. 1.b. Demonstrate experience with design and construction experience for RDT&E and manufacturing processes involving energetics and industrial chemicals. 1.c. Indicate experiences in providing design and engineering services within the constraints of explosives safety quantity-distance (ESQD) arcs and conforming to the requirements of NAVSEA OP-5 1.d. Knowledge and demonstrated experience in applying antiterrorism/ force protection and sustainability concepts and principles to facilities and infrastructure through an integrated design approach; 2. Demonstrated capabilities in sustained accomplishment of work within established time limits for multiple and simultaneous delivery orders; 3. Past performance and process of the prime A-E firm (and subcontractors) in the firm's quality control/quality assurance program to assure coordinated technically accurate studies, plans, specifications, and construction cost estimates; 4. The firm's and project team's present workload; 5. Preference will be given to firms with the demonstrated capability of using CAD, SPECSINTACT, and the SUCCESS/PACES and RSMeans Cost Estimating Systems; 6. Preference will be given to firms within a 100 mile radius of NAVFAC Washington, Washington Navy Yard, provided that application of the criterion leaves an appropriate number of highly qualified firms, given the nature and size of the projects. Each firm's ACASS past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. Firms which meet the requirements listed in this announcement are invited to submit one copy each of the completed Standard Forms (SF) 330, U.S. Government Architect-Engineer Qualifications, to the office indicated below. Site visits will not be arranged during the advertisement period. Interested firms are requested to include telefax numbers, DUNS number and Taxpayer Identification Number (TIN) on the SF 330. Interested firms are also requested to include their A-E Contractor Appraisal Support System (ACASS) number on the SF 330. Only the SF 330 will be reviewed. Experiences identified in the SF 330 should not be more than 5 years old. The A-E firm's primary person proposed to be the direct contact with NAVFAC Washington throughout the contract work must be identified as the "Project Manager". Information in the cover letter and any other attachments shall not be included in the official selection process. All A&E contractors are required to register their firms in the Central Contractor Registration database prior to receiging an award. Registration can be accomplished through the World Wide Web at http//www.acq.mil.ec. Proposals shall be submitted no later than 2:00 PM, December 10, 2007. Proposals shall be submitted to Ms. Denise Wilson, 1314 Harwood Street SE, Building 212, First Floor Mailroom, Washington Navy Yard, Washington, DC 20374. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-NOV-2007); 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.fbo.gov/spg/DON/NAVFAC/N62477/N40080-08-R-0495/listing.html)
- Place of Performance
- Address: Department of Navy Naval Facilities Engineering Command (NAVFAC) Washington 1314 Harwood Street SE, Building 212 Washington Navy Yard Washington, DC
- Zip Code: 20374-5018
- Country: UNITED STATES
- Zip Code: 20374-5018
- Record
- SN01449822-F 20071110/071108230504 (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 |