MODIFICATION
C -- ARCHITECT-ENGINEER SERVICES INDEFINITE DELIVERY-INDEFINITE QUANTITY (IDIQ) CONTRACT FOR SOUTHWEST ASIA AND AFRICA; INCLUSIVE OF BAHRAIN, EGYPT, DJIBOUTI AND UNITED ARAB EMIRATES (UAE)
- Notice Date
- 8/18/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Europe and Southwest Asia, N33191 NAVFAC EUROPE AND SOUTHWEST ASIA PSC 817 Box 51 FPO AE Naples,
- ZIP Code
- 00000
- Solicitation Number
- N3319109R0151
- Response Due
- 10/6/2009
- Archive Date
- 1/6/2010
- Point of Contact
- Mark VanLuit 39-081-568-7744
- Small Business Set-Aside
- N/A
- Description
- This modification provides minor revisions to the Pre-Solicitation Notice submitted on July 24, 2009 and provides submittal requirements. 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. General Information: NAVFAC EURAFSWA plans to award an IDIQ Contract for licensed architectural, multi-disciplined engineering and design (A/E) services for facilities demolition, repairs, alterations and/or new construction. This contract will be selected using Quality-Based Selection (QBS) procurement procedures, as mandated by the Brooks Act. Each offeror's Standard Form 330 (SF 330) will be evaluated using the stated selection criteria. Selection interviews will be held with a minimum of three firms and selection and contract award will be made to the most highly qualified firms. NAVFAC EURAFSWA reserves the right to award only to the most qualified firm or to make no awards if it is determined that not any of the firms that submit SF 330s are qualified to perform the required services. The duration of the proposed contract(s) will be a base period of one year with four (4) option periods of one year each. The contract is expected to have a maximum capacity of approximately $15,000,000.00 (USD), to include the base and four option years. Whichever maximum is reached first, contract capacity or duration, will apply to the contract. The contract will have a minimum guaranteed award amount of $25,000 (USD), which will be awarded in the base period. In the event that option(s) are exercised, there will be no additional guarantees. The estimated range of task order values is expected to be between $50,000-$500,000 (USD). It is anticipated that the contract will be awarded in the first quarter of Fiscal Year 2010.Contract AOR Includes: Southwest Asia and Africa, inclusive of Bahrain, Egypt, Djibouti and United Arab Emirates (UAE). Basic Requirements: Offerors will be required to have an office located within one of the countries of the AOR. Although the contract may be administered from elsewhere, the contractor shall have the capability to perform work out of the office/s in the AOR. Offerors will be evaluated on the extent of it's capability to provide professional engineering services throughout the primary countries and the rest of the AOR and Africa. In some cases the firm may be required to hire a local consultant to design facilities in compliance with local codes and norms. In addition, offerors will be required to have (1) a United States' (U.S.) Architect-Engineer as a consultant, (2) a Leadership in Energy and Environmental Design (LEED) Certified professional as part of the design staff and (3) a registered U.S. Fire Protection Engineer as part of the design team. As a part of its SF 330 submission package offerors shall submit a list of proposed major consultants or joint venture partners, which should include an indication of licensure and countries of licensure for each major consultant or joint venture partner. Scope of Task Orders: Various taskings would be ordered under an indefinite quantity, firm-fixed price type contract for all types of new and existing facilities. This includes: 1) Project planning and development (Scopes of work, DD1391s); 2) Engineering Studies; 3) Project designs (including preparation of drawings, calculations, specifications using the SPECSINTACT system, Dr. Checks and cost estimates); 4) Translations; and 5) All associated services for projects in the AFRICA and SWA AOR. These associated / additional services may include, but are not limited to: partial design packages; design-build RFP packages; repairs and alterations to existing facilities, collateral equipment lists; project preliminary hazard analysis; obtaining permits and regulatory approvals; surveys (topographic and boundary); soil investigations; seismic studies; sustainable design; comprehensive interior design; input into Dr. Checks and as-built drawing preparation; Operations & Maintenance Support Information (OMSI); environmental assessments; anti-terrorism/force protection evaluation and design; designs for phased construction; development of 1391 and/or Mixed Commission Documentation; and Post Construction Award Services (PCAS) such as: contractor submittal review, construction inspection, observation and consultation. Some projects will require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint surveying and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. Facility Categories may include: Residential- Barracks (Hotels, Apartments), Family Housing Lodges (Motels); Commercial/Office- Exchanges (Light Commercial), Commissaries (Super Markets), Administration Offices, Chapels (Churches), Clubs; Recreational Facilities- (Playing fields, Auto shops, Hobby Shops, Youth Centers, Gymnasiums); Institutional- Schools (Child Development Centers, Kindergartens) Dining Facilities, Training Facilities, Hospitals; Industrial- Repair Facilities, Hangars Warehouses, Expeditious Contingency Structures (K-Spans, Sprung, SEAHUTS) Helicopter Pads, Taxiways, Utility Systems (water, steam, sewer, gas, electric, communication, etc.), Ship Berthing areas (Docks). Selection / Evaluation Criteria: The A-E team must demonstrate its qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are of equal importance; factor (8) is of lesser importance and; factors (6) through (7) are of significantly lesser importance and will be used as "tie-breakers" among otherwise technically equal firms. The evaluation factors are: (1) Specialized Experience and Technical Competence in the type of work required - Firms will be evaluated in terms of: (a) past experience with the design of the types of facilities listed above; (b) the firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection services, and OMSI); and (c) experience with local codes, laws, permits and construction materials and practices of the contract areas within the Southwest Asia AOR; (d) experience preparing planning documentation using Navy/Marine Corps Facilities Planning criteria.(2) Professional qualifications necessary for satisfactory performance of required services - Firms will be evaluated in terms of: (a) management approach (management's staffing plan for these projects) including the planned use of a U.S. Architect-Engineer firm and U.S. registered Fire Protection Engineers to assure that designs are compatible with U.S. standards and codes, as applicable; (b) active professional registration of the design staff members; (c) experience of staff members (with present and other firms) and roles of staff members on projects submitted for evaluation factor number one; (d) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (e) experience of staff members with SPECSINTACT system format, and AutoCAD compatible format.(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 design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract.(4) Capacity to accomplish the work in the required time: Firms will be evaluated in terms of impact of projected workload on the design staff's existing workload during the contract period; (5) Past performance in terms of cost control, quality of work and compliance with performance schedules. Past Performance will be evaluated with emphasis on projects submitted on the SF 330s for factor number one. (6) Quality Control Program - Firms will be evaluated on the acceptability of their internal quality control programs and assigned key personnel to ensure technical accuracy and disciplined coordination of plans and specifications. (7) Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DoD with the objective of affecting an equitable distribution of DoD contracts among qualified A-E firms; and(8) Knowledge of the Location - Extent of capability to provide professional engineering services throughout the primary countries, the remaining SWA AOR, and Africa. The contract requires that the selected firm have E-mail access for routine exchange of correspondence. Firms are required to prepare cost estimates utilizing an electronic format provided by the Government. Specifications shall be prepared in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD and PDF compatible format. All design packages shall be in compliance with UFC 1-300-09N Design Procedures and other applicable UFC's specific to the facility in development. Submittal Instructions: No other general notification to firms for other similar projects performed under this contract will be made. Architect-Engineer firms which meet the requirements described in this announcement are invited to electronically submit a completed Standard Form 330 to Mark VanLuit, Contract Specialist at mark.vanluit@eu.navy.mil. Firms responding to this announcement by email no later than by 6 October 2009 at 1600 Central European Time will be considered. Late submittals will be processed under FAR 15.208 (Submission, modification, revision and withdrawal of proposals). Additional information requested on the SF 330 of applying firms: indicate solicitation number in block 2b, Dun & Bradstreet number in block 3, Fax number and email address in block 3a., and summarize why the firm is especially qualified based on the selection criteria in block 10. The SF 330 must clearly indicate the office(s)' geographical location(s) where the work on the contract will be performed. The SF 330 page limit (including narrative, charts, graphs, photographs, and all other material, excluding the front and back cover and letter of transmittal, is forty (40) pages. Each printed side of double sided pages will be counted as one page. Each printed side of paper larger than standard letter size (8.5 X 11 inches) will be counted as 2 or more pages. Only the first forty pages of the submittal will be evaluated. Limit size of emails to 5 MBs or less. Submit early to ensure timely receipt. All contractors proposing on Department of Defense Solicitations must be registered in the Central Contractor Registration (CCR) www.ccr.gov prior to award of any United States of America Department of Defense contract. In order to register in CCR, proposers must have a Dun and Bradstreet (DUNS) Number http://fedgov.dnb.com/webform and a Commercial and Governmental Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental Entity (NCAGE) code (foreign firms). http://www.dlis.dla.mil/Forms/Form_AC135.asp. The CCR requirement applies to all contract awards, regardless of the country where the work is performed. It is highly encouraged for prospective proposers to begin the CCR registration process as early as possible. The award will not be restricted to Small Businesses. All correspondence must be submitted in English. Please direct any inquiries to the Contracting Office Point of Contact via phone or email. Contracting Office Point of Contact:Mark VanLuit, Contract SpecialistPSC 817 Box 51FPO AE, 0962239-081-568-7744mark.vanluit@eu.navy.mil Architect-engineer firms which meet the requirements described in this announcement are invited to submit a completed SF 330 to the office shown below. Firms responding to this announcement by 6 October 2009 at 1600 Central European Time will be considered. This is not a request for a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/EFAMED/N3319109R0151/listing.html)
- Record
- SN01917058-W 20090820/090819001902-fa9d8a0c6ce26f69f6b704f9d014db65 (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 |