Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
DOCUMENT

C -- A/E Services - Attachment

Notice Date
11/27/2012
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
N40083 NAVFAC MIDWEST PWD MIDSOUTH 5722 INTEGRITY DRIVE Bldg 455 Millington, TN
 
Solicitation Number
N4008313R5000
 
Response Due
12/27/2012
 
Archive Date
1/11/2013
 
Point of Contact
Michael Terrell 901-874-5490 Malcolm Griffin
 
E-Mail Address
<!--
 
Small Business Set-Aside
Competitive 8(a)
 
Description
C -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract for A-E Design Services for facilities demolition, repairs, alterations and/or new construction in the Area of Responsibility (AOR) covered by Naval Facilities Engineering Command (NAVFAC), Naval Support Activity Mid-South. Solicitation Number: N40083-13-R-5000 Agency: Department of the Navy Office: Naval Facilities Engineering Command Location: NAVFAC PWD MID-SOUTH ________________________________________ General Information Document Type: Presolicitation Solicitation Number:N40083-13-R-5000 Original Posted Date: Nov 27, 2012 Posted Date:Nov 27, 2012 Response Date:Dec 28, 2012 Set-Aside: 8(a) Set Aside Classification Code: C -- Architect and Engineering Services (Note to Drafter: If A-E project codes are insufficient, refer to FAR 5.207 (c)(12).) NAICS Code: 541310 -- Engineering Services Synopsis: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE Request for Proposal (RFP) PACKAGE TO DOWNLOAD. SYNOPSIS THIS SYNOPSIS IS ADVERTISED FOR A SMALL BUSINESS ADMINISTRATION (SBA) CATEGORY 8(a) For this solicitation, one (1) contract will be awarded to provide professional architectural and engineering (A-E) services for facilities demolition, repairs, alterations and/or new construction in the area of Responsibility (AOR) covered by Naval Facilities Engineering Command (NAVFAC), Naval Support Activity Mid-South. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) type. This contract shall expire one (1) year after award unless the government exercises additional one (1) year options to extend the term of the contract through written notice to the A-E firm prior to expiration of the first year or the option year. The maximum contract term, base and option years included, is five (5) years. Fees are not expected to exceed $700,000, shall not exceed $140,000 per year, and shall not exceed $100,000 per project unless mutually agreed. The minimum task order fee dollar amount will be $10,000, and the maximum fee dollar amount guaranteed for this contract is $10,000. Work will be ordered on an as needed basis during the life of the contract for various taskings including: 1) Project planning and development (Scopes of work); 2) Engineering Studies; 3) Project designs (including preparation of drawings in AutoCAD 2010, specifications using the Unified Facilities Guide Specifications (UFGS) in Specsintact, and cost estimates in Microsoft Excel). The magnitude of individual project estimated construction costs are expected to be between $50,000 and $3,000,000. The A-E services for this contract are likely to encompass any of the following tasks or a combination thereof: Architectural, civil, structural, mechanical, electrical, fire protection, environmental, cost, surveying, geotechnical, interior design, GIS, mapping seismic design and seismic evaluations of existing facilities. Utilities studies and project preliminary hazard analysis. Anti-terrorism and force protection (ATFP) evaluation and designs. Facility energy audits. High speed deluge with registered fire protection engineers. Construction cost estimates. Preparation of Design Bid Build design packages Field investigation, support or augmentation of NAVFAC Contingency Engineering staff to provide facility damage assessments after hurricanes, tornados, flooding, earthquake, fire and other catastrophic events. Comprehensive asbestos, lead base paint and hazardous materials surveys as well as defining extent and concentration of contaminates released to the environment, and providing designs facilitating the removal and disposal of the hazardous materials in accordance with applicable laws, regulations and polices (local, state, federal, NAVFAC and Department of Defense). Preparation of Design/Build Request For Proposal (RFP) packages. Preparation of collateral equipment lists. Soil investigations. Obtaining permits and regulatory approvals. Contractor submittal reviews. Construction inspections. Operations & Maintenance Support Information (OMSI). As-built drawing preparation. Work will normally be done in English, but some projects may require work to be done in metric units. Projects in this contract may include certification under the US Green Building Council ™s (USGBC) Green Building Rating System (GBRS), LEED currently Version 3 and subsequent new versions issued by USGBC. The selected firm will NOT be able to propose on design-build task orders for which the firm or any of the firm ™s consultants has assisted the Government in the preparation of the design-build RFP. The prime firm, as well as any sub consultants will be required to perform throughout the contract term, including option years if they are implemented. All A-E fees shall be reviewed and negotiated by Naval Support Activity Mid-South architects, engineers and contract specialists to maximize best value to the Government for this contract and each subsequent task order issued. All A-E fees are negotiated in accordance with the respective A-E fee structure per the Federal Acquisition Regulation (FAR), which is typically up to 4% for Design Build and up to 6% for Design Bid Build. The NAICS Code is 541310 and the Size Standard is $7M. Firms interested in being considered for this contract are required to submit an SF330 in response to this solicitation. To respond, provide one submittal package including an original SF 330, Parts 1 and 2, for the prime and an SF 330 for each subcontracted consultant proposed. Also, submit maximum one page resumes for all team members (prime plus any consultants), to include professional registration. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. FIRM EVALUATION The following Selection Criteria (listed in descending order of importance) will be used in the evaluation and awarding of this contract: Evidence of being in the small business 8(a) category. Knowledge of Navy and Marine Corps DoD regulations through recent design experience. Evidence that the entire design team (prime plus consultants) have successfully performed as a team on multiple projects. If the proposed team has not worked together before, then provide experience of the individuals with evidence of their proven ability to work in a diverse team environment. Evidence of the design team (prime plus consultants) capacity to accomplish the work within the required time limits (usually nine weeks for the average projects plus Government review time). It is very important to demonstrate the firms ability to juggle workload and to manage a number of projects at one time, such as would be required in an IDIQ type contract environment. Include a maximum of 5 projects that the team has prepared 100% design documents for use in Design/Bid/Build format in the past 5 years that are similar in scope and size to the work described herein. Evidence that the team (prime plus consultants) has prepared RFP packages for Design/Build projects Location, which typically should be in the general geographic area of this Base, (Naval Support Activity Mid-South, Millington, TN). Evidence of specifications preparation using SPECSINTACT and drawing preparation using AutoCAD. The FAR will require the use of On-Line Representations and Certifications Application (ORCA) in Federal Solicitations as part of the proposal submission process. Offerors are required to complete the ORCA on-line via website http://orca.bpn.gov. Refer to FAR 52.204-8 Annual Representations and Certifications (FEB 2009). Offerors must also be registered in the Contractor ™s Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Include facsimile (fax) number and e-mail address in Block 3a and the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement (DFAR), Part 204 Subpart 204.72. NAICS Code is 541310. FIRMS RESPONDING TO THIS ANNOUNCEMENT BY 3:00 P.M. CENTRAL STANDARD TIME (CST) ON December 27, 2012 will be considered. Submittals received after this date and time will not be considered. This is not a request for proposal. Site visits will not be arranged during advertisement period. Point of Contact Michael Terrell, Contracting Officer, Phone 901-874-5490 Fax 901-874-7757, e-mail: michael.w.terrell@navy.mil ALT POC: Malcolm L. Griffin, Supervisory Contracting Officer, Phone 901-874-7759, Fax 901-874-7757, e-mail: malcolm.griffin@navy.mil. Submittals should be addressed to: Naval Support Activity Mid-South, 5722 Integrity Drive, Bldg 455, Millington, TN 38054-5026 Attn: Michael Terrell FACSIMILE (FAXED) SUBMITTALS WILL NOT BE ACCEPTED. E-MAIL/ELECTRONICALLY DELIVERED SUBMITTALS WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40083A/N4008313R5000/listing.html)
 
Document(s)
Attachment
 
File Name: N4008313R5000_A__E_Synopsis_2013_(rev_may11).pdf (https://www.neco.navy.mil/synopsis_file/N4008313R5000_A__E_Synopsis_2013_(rev_may11).pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008313R5000_A__E_Synopsis_2013_(rev_may11).pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 5722 Integrity Drive, Bldg 455, Millington, TN
Zip Code: 38054
 
Record
SN02937261-W 20121129/121127234016-264c57f1c1c1f2519a5cc6d26707a8eb (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.