Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2009 FBO #2726
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR MISCELLANEOUS ARCHITECTURAL AND ENGINEERING DESIGN SERVICES, VARIOUS LOCATIONS, NAVFAC WASHINGTON

Notice Date
5/12/2009
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N40080 NAVFAC WASHINGTON 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
ZIP Code
20374
 
Solicitation Number
N4008009R0500
 
Response Due
6/23/2009
 
Archive Date
7/8/2009
 
Point of Contact
Jonathan Bents 202-685-8281
 
Small Business Set-Aside
N/A
 
Description
The work includes architectural and engineering services. Work will include, but not be limited to miscellaneous studies, Requests for Proposals (RFP) for Design Build & Design Bid Build projects and construction cost estimates ready for bidding for various projects at various locations in the Naval Facilities Engineering Command (NAVFAC) Washington region - Washington, DC, VA and MD. Work may also be associated with other NAVFAC Atlantic sites. The type of work primarily includes design and engineering effort for major repairs, renovations, alterations and new construction for projects with a construction cost in the magnitude of $5 to $50 million. This includes projects that are large in size, technically complex, or have difficult or other unique requirements. Work includes 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; quarters & lodge type facilities; dining facilities; commissary & exchange type facilities; child care facilities; parking structures; educational facilities; fitness & sports related facilities; medical facilities, and any other types of shore facilities. Anti-terrorism / Force Protection (AT/FP) considerations are required for all projects - familiarity with UFC - DoD Minimum Antiterrorism Standards for Buildings (most recent version) is required. SCIF, IDS and related features may be required - familiarity with Navy/DoD criteria is required. Sustainable Design features are required in design and engineering work our projects. Experience with USGBC LEED is required. LEED Silver rating is required for Military Construction (MILCON) and other major projects. Experience with facility projects incorporating EPAct-05 requirements is required for all new projects over $750, 000. Experience in new non-fossil fuel energy related technologies for facilities, such as wind and sun, 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. Other comprehensive storm water management plan localities may be required for other NAVFAC Atlantic sites. Interior design services may be required - familiarity with mandatory sources of procurement, i.e. Federal Prison Industries (FPI), GSA schedules, etc. is 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 A-E shall utilize NAVFAC's design and construction electronic management system(s) for all data and documents throughout the life of the design and construction contract. When required by the Contracting Officer, paper contract documents will be provided ( e.g., for signatures of contracts, contract modifications and submission of contract claims). In the event of discrepancy between the electronic version and paper documents, the paper document will govern. This will be a firm fixed price IDQ A-E contract. The total amount of the potential contract will not exceed $30 million. The duration of the contract will be for the period of 5 total years - one base year, with the possibility of four one-year options. The estimated start time is September 2009. 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 and engineering services for the requirements as described herein. 1.b. Knowledge and demonstrated experience in applying USGBC LEED sustainability and EPAct-05 requirements (including 30% reduction below ASHRAE 90.1, 2004) to facilities and infrastructure through an integrated design approach; 2. 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; 3. The firm's and project team's present workload; 4. Preference will be given to firms with the demonstrated capability of using the Design Build and Design Bid Build master specifications/RFP templates (available at http:www.wbdg.org/ndbm/) and the SUCCESS, PACES and RSMeans Cost Estimating Systems; 5. 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. Evaluation will also include the firms identify and commitment to the published Small Business Subcontracting Program. The small disadvantaged business goal in the plan shall not be less than 16.18% of the subcontract work. The women-owned small business goal shall not be less than 14.53%; small business not less than 77.51%; HUBZone not less than 1.42%; Veteran Owned Small business not less than 3.00% and Service Disabled Veteran owned small business not less than 3.00%. Large Business firms shall submit their Navy-wide SF295, Summary Subcontract Report with the SF30. The small business size standard classification is NAICS 541330 ($4.5m). If slated for an interview, the firms shall then provide a Preliminary Subcontracting Plan (support for small business subcontracting) as part of the interview. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. Firms that meet the requirements listed in this announcement are invited to submit three (3) copies of the completed SF 330 to the office indicated below: Naval Facilities Washington1314 Harwood St SE, Bldg 212Washington Navy Yard DC 20374-5018Jonathan.bents@navy.mil Each firm's ACASS past performance(s) and performance ratings will be reviewed during the evaluation process and can affect the selection outcome. The SF 330 is limited to 50 single-sided pages. Information in the cover letter and any other attachments outside of the SF 330 will not be included in the official slate and selection review process. Only SF 330s will be reviewed. Firms must submit complete data on all the selection criteria. Specific, clear, detailed submissions will receive higher consideration over generic or incomplete submissions. Interested firms are requested to include telefax numbers, DUNS number, CAGE code, and Taxpayer Identification Number on the SF 330. Interested firms are also requested to include their A-E Contractor Appraisal Support System (ACASS) number on the SF 330. Firms not providing the required information may be negatively evaluated Experiences identified in the SF 330 should not be more than 5 years old. The A-E firm's primary p! erson proposed to be the direct contact with NAVFAC Washington throughout the contract work must be identified as the "Project Manager". Submit the completed SF 330 no later than 2:00 p.m. local time on 23-June-2009. Submittals received after this date and time will not be considered. Following an initial evaluation of the qualification and performance data submitted, firms considered to be the most highly qualified to provide the type of service required will be chosen for interviews. Site visits will not be arranged during the advertisement period. Selection of firms for interviews shall be based on the demonstrated competence and qualifications specified in the selection criteria noted above and considered necessary for the satisfactory performance of the type of professional services required. Services shall be accomplished in the firm's office or offices, with the exception of field investigations, surveys, site visits, meetings, and other on-site work required by individual task orders. All A-Es 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 at http://www.ccr.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008009R0500/listing.html)
 
Record
SN01814926-F 20090514/090512233035 (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.