Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOLICITATION NOTICE

C -- IDIQ CONTRACT FOR ASSET MANAGEMENT PLANNING & ENGINEERING SERVICES FOR AIR INSTALLATIONS COMPATIBLE USE ZONES, RANGE AIR INSTALLATIONS COMPATIBLE USE ZONES AND OTHER ENCROACHMENT-RELATED STUDIES

Notice Date
1/30/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic,, N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247009R9009
 
Response Due
3/2/2009
 
Archive Date
3/17/2009
 
Point of Contact
Lisa Sumpter (757) 322-4083<br />
 
Small Business Set-Aside
N/A
 
Description
INDEFINITE DELIVERY / INDEFINITE QUANTITY CONTRACT FOR ASSET MANAGEMENT PLANNING AND ENGINEERING SERVICES FOR AIR INSTALLATIONS COMPATIBLE USE ZONES (AICUZ), RANGE AIR INSTALLATIONS COMPATIBLE USE ZONES (RAICUZ) AND OTHER ENCROACHMENT-RELATED STUDIES THROUGHOUT NAVAL FACILITIES ENGINEERING COMMAND, ATLANTIC'S AREA OF RESPONSIBILITY 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. This UNRESTRICTED procurement is for an Indefinite Delivery/Indefinite Quantity (IDIQ) type contract for Design and/or Engineering Services for base development planning and engineering services for Air Installations Compatible Use Zones (AICUZ), Range Air Installations Compatible Use Zones (RAICUZ) and other encroachment-related studies. The geographic area covered by this contract will be worldwide. The preponderance of the work on this contract is anticipated to occur in the Continental United States; however, an order could be issued for any location worldwide. Projects can be categorized as preparation of AICUZ, RAICUZ and encroachment-related studies primarily for Navy and Marine Corps facilities. The small business size standard classification is NAICS 541330 ($4,500,000). The IDIQ contract term shall be for a one (1) year period, beginning at date of award and shall contain four (4) one-year option periods. The total amount that may be paid under this contract ! (including option years) will not exceed $10,000,000 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 AICUZ documents to be prepared under this contract shall be developed in accordance with Chief of Naval Operations Instruction (OPNAVINST) 11011.36C, Air Installations Compatible Use Zones (AICUZ) Program. AICUZ plans will include a detailed analysis of aircraft noise, accident potential, land use compatibility, operations alternatives, and potential solutions to both existing and potential incompatible land use problems. RAICUZ plans shall be developed in accordance with OPNAVINST 3350.1A, Range Air Installations Compatible Use Zones (RAICUZ) Program. RAICUZ plans will quantify range compatibility zones, aircraft noise zones and blast noise zones, develop strategies for lands affected by potential weapon impacts or noise impacts, and develop a strategy to promote compatible development on land within these areas. The Weapon Danger Zone Tool methodology and DON RAICUZ policy and guidance will be used in the evaluation. When necessary, analysis may also include airsp! ace, using the Naval Aviation Simulation Model (NASMOD). Other encroachment/sustainability studies may also be prepared under appropriate DOD or DON guidance. The contract requires that the selected firm have on-line access to e-mail via the internet for routine exchange of correspondence. SELECTION CRITERIA Standard Form 330 (SF-330) - 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 (4) are of equal importance; factors (5), (6) and (7) are of lesser importance and will be used as tie-breakers among technically equal firms. It is anticipated that interviews for slated firms will be conducted in Norfolk, VA. Criteria 1 - Specialized Experience: Firms shall provide a maximum of 10 projects that were substantially completed between January 2004 and January 2009 that demonstrate:(a) Specialized experience with regard to preparation of AICUZ, RAICUZ and other land-use/ range encroachment/planning studies; and their knowledge unique to the contract area;(b) Specialized experience in performing multiple, simultaneous projects involving: field investigations, studies/analyses/work plans, base development planning and other technical support services; and(c) Demonstrated experience in the following work locations: CONUS/OCONUS (worldwide). In addition to the project information requested in Section F of the SF-330, firms shall provide the following information for each example project cited: Point of contact name, e-mail address, phone number, contract number or project identification number, contract period of performance and contract value. If the offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for each joint venture partner, not to exceed a total of 10 projects. Criteria 2 - Professional Qualifications and Technical Competence of the Individual Design Team Members: Professional qualifications and competence of the staff to be assigned to this contract must demonstrate:(a) Active professional registration; and(b) Experience in base development planning and engineering services for Air Installations Compatible Use Zones (AICUZ), Range Air Installations Compatible Use Zones (RAICUZ) and/or other encroachment-related studies. Criteria 3 - Past Performance: Example projects provided in Criteria 1 will be used to evaluate Past Performance in terms of:(a) Overall quality of work and reliability(b) Compliance with performance schedules(c) Cost control (d) Stakeholder and customer satisfaction Firms should demonstrate long term business relationships and repeat business with Government and private customers along with appropriate points of contact. Firms should include any letters of commendation or awards. Emphasis will be on projects addressed in Criteria 1, but may include information provided by the firm, customer inquiries, Government databases and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Criteria 4 - Program Management: Firms will be evaluated in terms of:(a) Ability to concurrently perform and manage multiple complex projects in different locations and the ability to surge to meet unexpected project demands and aggressive schedules;(b) Ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of service, with minimal or no program disruption to projects initiated under this or other NAVFAC Atlantic contracts. The Contractor shall indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period;(c) Acceptability of the firm's internal quality control program used to ensure technical accuracy and coordination of environmental, planning and engineering services (list key personnel responsible); and(d) Ability of the firm to manage, coordinate and work effectively with sub-consultants. Firms shall demonstrate history of working relationships with sub-consultants. Criteria 5 - Firm Location and Knowledge of the Locality of This Contract: Firms will be evaluated on their location(s) with respect to NAVFAC Atlantic's area of responsibility (AOR) and knowledge of the locality of this contract (worldwide). Criteria 6 - 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. Criteria 7 - Small Business Goals: 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 65%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 16.18%; Women Owned Small Business (WOSB) - 14.53%; Veterans Owned Small Business (VOSB) - 3%; Services Disabled Veteran Owned Small Business (SDVOSB) - 3%; and HUBZone Small Business - 1.42%. Slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. This single award contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The duration of the contract will be for one (1) year from the date of an initial contract award with four additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $10,000,000 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. All task orders issued on this contract will be firm, fixed-price. The firm selected will be the most highly qualified to perform the required services, based on demonstrated com! petence and qualifications, in accordance with the evaluation criteria. The estimated start date is July 2009. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. 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. SUBMISSION REQUIREMENTS Architect-Engineer Firms that 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. 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, provide brief explanation for states that do not register firms). Responses are due no later than 2:00 p.m. EST, 2 March 2009. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code ACQ12LAS, 6506 Hampton Boulevard, Mail Room, 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 author! ized. Firms responding to this advertisement are requested to submit only one (1) copy of the SF-330. Inquiries concerning this project should be directed to Lisa Sumpter, Contract Specialist, at lisa.sumpter@navy.mil and must include solicitation number and title.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8582d0130fb00be2e3d01e4f1cf39cd6&tab=core&_cview=1)
 
Record
SN01741557-W 20090201/090130220818-2bcaddbc7b7dbf6dea4aeaed4909a8cd (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.