SOURCES SOUGHT
C -- Indefinite Quantity Contract for Utilities Design and Engineering Services for Projects in North Carolina
- Notice Date
- 3/11/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd. Norfolk, VA 23508
- ZIP Code
- 23508
- Solicitation Number
- N4008509R3225
- Response Due
- 3/25/2009
- Archive Date
- 4/25/2009
- Point of Contact
- Debbie Coons, Contract SpecialistPh: 757-322-4143E-mail: deborah.coons@navy.mil<br />
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing architectural and engineering services for the work described below. Engineering and Design Services are required for an Indefinite Quantity Contract for Utilities Design and Engineering Services for Projects in North Carolina. Projects can be categorized as utility infrastructure design projects and shall include, but are not limited to: providing/replacing/upgrading sanitary collection and treatment systems; potable water supply, treatment and distribution systems; stormwater collection and conveyance systems including appropriate best management practices (BMP)and Low Impact Development (LID)features; installation of security fencing and entry control facilities (to include, but not be limited to, gates, pass offices, guard house and pop-up barriers); installation/repair of shoreline erosion control measures; design of new and resurfacing of existing airfields, roads, and parking lots; performing property and topographic surveys; facility site work to include demolition, underground storage tank removal, layout, site preparation, utilit! ies and grading and drainage to include erosion control, wetlands mitigation, and obtaining stormwater management, erosion control, and other environmental permits; designing new or upgrading/repairing existing landfills; various mechanical systems including district high pressure steam distribution systems, district condensate return distribution systems, district hot water distribution system, district chilled water distribution system, district compressed air system, Direct Digital Control (DDC) systems, and basewide Energy Monitoring Control System (EMCS), military fuel distribution systems, and natural and propane gas distribution systems, and HVAC and boilers, boiler plants, chilled water plants; compressed air plants, fuel storage tanks, aviation fuel systems, electrical generation plants including co-generation,; electrical systems including High/Medium Voltage Substation design, HV/MV primary distribution, overhead and underground, secondary distribution and Airf! ield lighting (primary and secondary); communication distribution systems; identification and removal of hazardous materials; and ancillary related facilities. Work on base utility infrastructure systems could include energy studies and planning, new work, upgrades, and modifications that will allow Marine Corps and their bases to meet and/or exceed the Energy Performance Act (EPACT) 2005 and Energy Independence and Security Act (EISA) of 2007, which includes increased energy efficiency, increased usage of renewable energy, and reduced reliance on fossil fuels and energy generated from fossil fuels. Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, plans, specifications, preparation of Requests for Proposals (RFPs) for design/build projects, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), and construction inspection and engineering consultation services during construction. The DD Form 1391 documentation is prepared in the Navy's Electronic Procurement Generator (EPG) and includes cost valuation, surveying, concept sketches, and 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 2006 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 on-line access to E-mail via the Internet for routine exchange of correspondence. As defined by paragraph 1-6 of UFC 3-600-01, this contract will require the services of a fire protection engineer. 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 (6) are of equal importance; factors (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 in the design of the above listed work.(b) Knowledge of local codes, laws, permits and construction materials and practices of the contract area (North Carolina).(c) Recent experience in obtaining construction related permits in coastal North Carolina. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members:(a) Active professional registration including registration in North Carolina in order to sign and seal permit applications.(b) Past experience in the type of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically on projects addressed in Evaluation Factor 1.(c) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands.(d) Organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in the organization. 3. Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating concepts employed (including LID), LEED certification awarded, and LEED Certified Professional proposed for this contract. 4. Ability to perform the work to schedules and capacity to accomplish a variation of 5 taskings simultaneously. Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period. 5. 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. 6. 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. 7. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 8. 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. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $30,000,000 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: Indefinite Delivery Indefinite Quantity Contract. Estimated start date is August 2009. The small business size standard classification is NAICS 541330 ($4,500,000). 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 CCR website: http://www.ccr.gov/. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services no later than August 2009. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services. 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 2:00 p.m. EST, 25 March 2009. RESPONSES should be sent to the following address: Commander, Naval Facilities Engineering Command, Mid-Atlantic, Attn: Debbie Coons, 6506 Hampton Boulevard, Room 1034, Norfolk, Virginia 23508-1278. LATE RESPONSES will be handled in accordance with FAR 52.215-1. Electronic (email, facsimile, etc.) submissions are not authorized.Firms responding to this advertisement are requested to submit only one copy of qualification statements. Inquiries concerning this contract should include solicitation number and title.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a93a7982fa0d99e41043cd16ab3f780c&tab=core&_cview=1)
- Record
- SN01767460-W 20090313/090311220949-a93a7982fa0d99e41043cd16ab3f780c (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 |