Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2013 FBO #4415
SOLICITATION NOTICE

C -- Bridge Inspection Services - Worldwide

Notice Date
12/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC EXWC Port Hueneme, Naval Facilities and Expeditionary Warfare Center, 1000 23rd AVE, Port Hueneme, California, 93043-4301, United States
 
ZIP Code
93043-4301
 
Solicitation Number
N39430-14-R-1410
 
Archive Date
1/31/2014
 
Point of Contact
Theodore Fleet, Phone: 8059822914
 
E-Mail Address
theodore.fleet@navy.mil
(theodore.fleet@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254s AND SF 255s WILL NOT BE CONSIDERED. THIS ACQUISITION IS RESERVED EXCUSIVELY FOR 100% TOTAL SMALL BUSINESS SET-ASIDE. IT IS FOR AN INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD, FIRM FIXED PRICE CONTRACT for ARCHITECT-ENGINEER (A-E) services for Naval Engineering and Expeditionary Warfare Center (EXWC), Port Hueneme, California. The applicable North American Industry Classification (NAICS) Code 541330 Engineering Services (size standard $14M). A: This synopsis is for inspection, structural engineering and design services for bridge structures at Navy and Department of Defense (DoD) installations worldwide. The work includes, but is not limited to topside and underwater bridges inspections in accordance with 23 CFR 650 Subpart C, the National Bridge Inspection Standards (NBIS), and 49 CFR 237, Federal Rail Administration (FRA) Bridge Safety Standards, bridge load capacity analysis and load rating in accordance with AASHTO and AREMA criteria, analysis of existing conditions and comparison to previous inspection reports; Design of bridge repairs, including plans and specifications, report preparation and cost estimates for bridge rehabilitation and the review of such documents produced by others in accordance with Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) Criteria and the Navy Bridge Inspection Program (NBIP) and Reporting Guidelines. Projects under this contract shall be awarded on individual task orders. The scope of a given task order may vary or be a combination of Initial, Routine, Special (interim), Complex, Damage (emergency), Fracture Critical or In-Depth, and/or Underwater bridge inspections. Bridge inspection report submittals may include the use of InspectTech products and include National Bridge Element descriptions as defined in the current AASHTO Guide Manual for Bridge Element Inspection. Additional submittals may include safety plans and dive plans in accordance with EM-385-1-1, engineering alternative studies, cost estimates (including Form DD1391), producing procedural and technical manuals, basis of repair/design reports, engineering calculations, load analysis calculations and ratings, seismic vulnerability assessments, scour assessments, and static and dynamic structural analyses using finite element computer modeling. Other products and services may include construction contract drawings using computer-aided design and drafting (CADD), per the A/E CADD Standard, and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS); contract bid analyses; post construction award services (PCAS); Title II inspection services; engineering report and other technical reviews; management of bridge data, database population and data support utilities and services; and two and three-dimensional structure modeling and rendering. In addition to the formats specified above, capability to deliver drawings and specification files in Adobe Acrobat Portable Data Format (PDF and 3D PDF) and/or a Building Information Modeling (BIM) format is required contingent on task order scope. Bridge facilities include, but are not limited to vehicular and pedestrian bridges, railroad trestles, culverts and water control structures or any similar structure. All topside and underwater bridge facility assessments will be performed under direct control and supervision of a registered professional engineer who shall ensure that all diving operations are performed in accordance with current U.S. Army Corps of Engineer EM 385-1-1 standards. Information provided must demonstrate that the prospective firm has performed contract diving work using professional registered engineer-divers on a regular and routine basis for at least the past five years and is able to accomplish such work in a safe and efficient manner. B: This synopsis will result in the award of a single Indefinite Delivery Indefinite Quantity contract. Each Task Order under this contract will be fixed price. Pricing information will be requested of the selected firm for each Task Order. The duration of the contract will be for one year from the date of an initial contract award (Base year), with four (4) additional one-year option ordering periods. The aggregate value of all Task Orders issued under the contract resulting from this solicitation shall not exceed $10,000,000.00. This is a combined value for base and all option years. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government. If the dollar capacity of the previous year has not been utilized, the capacity will be added to the following year option (if exercised). The IDIQ contract type minimum guarantee of $10,000 for the entire contract term, including option years, will be satisfied either by the award of an initial Task Order or multiple Task Orders. Individual Task Orders are expected to range, on average, between $50,000 and $250,000. The prime contractor is required to perform 50% of the work (in dollars). Contractor personnel working on this contract shall be U.S. Citizens. Security Requirements: Work performed will be at the SENSITIVE BUT UNCLASSIFIED level. The government does not anticipate the need for a security clearance, however, if clearances are subsequently required the contractor shall comply with SECNAV M5510.30, SECNAV Instruction M-5239.2, and Department of Defense (DoD) 8570.01-M. The contractor shall establish and maintain an access list of those employees working on the Contract. C: Evaluation and selection will be based on most highly qualified firm upon evaluation of the selection criteria stated herein. The A/E must demonstrate his/her and each key consultant qualifications with respect to published selection criteria for all services. The firms must demonstrate key qualifications with respect to the following selection criteria for all proposed services under this solicitation. Selection criteria are listed in descending order of importance. Criteria (6), (7), (8) and (9) will be used as tie-breakers among technically qualified firms. Specific criteria includes: (1) Professional qualifications and technical competence of the personnel proposed for this contract. Professional qualifications include active professional registrations, FHWA certificates and /or technical certifications and training of the personnel assigned to the contract relevant to bridge inspection and design. All personnel participating on the bridge Inspection team during field operations shall meet the qualification requirements found in "Navy Bridge Inspection Program Bridge Inspection and Reporting Guidelines". In addition, Bridge Inspection Team Leaders shall demonstrate a minimum of three years of NBIS field experience. It should also be well noted that personnel qualification requirements of the NBIP exceed those of the NBIS. Each resume shall include maximum of five (5) specific completed projects that best illustrate the individual personnel's experience in NBIS bridge inspection and generation of reports, design of bridge repairs, and generation of plans and specifications. Qualifications for all diving personnel proposed for this contract shall include, but not be limited to, training certifications and medical certifications issued as required under Contract Diving Operations sections 30.A.06 through 30.A.10 of the current U.S. Army Corps of Engineers EM 385-1-1. The information provided by the contractor must demonstrate that the prospective firm has performed contract diving work in accordance with EM 385-1-1 on a regular and routine basis for at least the past five years and is able to accomplish such work in a safe and efficient manner. Contractor must state that no "willful" OSHA violations have occurred within the past 3-year period. If any, provide detailed description of violation(s). (2) Specialized experience conducting bridge inspections for government agencies and the ability to mobilize worldwide quickly and cost effectively with inspection and diving equipment. This criteria includes knowledge and experience in the following areas: a) Bridge inspection and engineering services in accordance with the 23 CFR 650 Subpart C the National Bridge Inspection Standards and AASHTO Criteria. (b) Bridge inspection and engineering services in accordance with 49 CFR 237, Federal Rail Administration (FRA) Bridge Safety Standards (c) Bridge load rating, load capacity and structural analyses, including seismic vulnerability assessments and scour analysis in accordance with AASHTO and AREMA criteria. (d) Preparation of detailed bridge inspection reports and repair cost estimates, including Form DD1391. (e) Fracture Critical Inspection and other bridge structural, mechanical, and electrical condition assessments, including the use of destructive and non-destructive (NDT) techniques. (f) Providing engineering submittals in electronic format(s). Submittals include, but are not limited to: Inspection reports and drawings, Structural Inventory and Appraisal (SI&A) data, and contract bid documents. (g) The capacity to maintain schedule for report submission while simultaneously executing field operations. (h)Prime contractor experience in performing underwater bridge assessments, including associated diving operations. (i) Geotechnical investigations related to bridge foundations. (j) Testing and evaluation of structural material samples. (3) SAFETY (a) Submittal Requirements: The Offeror shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR and DART Rates shall not be submitted for subcontractors.) (A) Experience Modification Rate (EMR) For the three previous complete calendar years (2010, 2011, 2012), submit your EMR (which compares your company's annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Any extenuating circumstances that affected the EMR and upward or downward trends should be addressed as part of this element. (B) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate For the three previous complete calendar years (2010, 2011, 2012), submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the U.S. Department of Labor, Occupational Safety and Health Administration. If you cannot submit an OSHA DART Rate, affirmatively state so, and explain why. Any extenuating circumstances that affected the OSHA DART Rate data and upward or downward trends should be addressed as part of this element. (C) Subcontracting Safety Narrative Describe the plan that the Offeror will implement to evaluate safety performance of potential subcontractors, as a part of the selection process for all levels of subcontractors. Also, describe any innovative methods that the Offeror will employ to ensure and monitor safe work practices at all subcontractor levels. The Subcontracting Safety Narrative is limited to two pages. (b) Basis of Evaluation: The Government is seeking to determine that the Offeror has consistently demonstrated a commitment to safety and that the Offeror plans to properly manage and implement safety procedures for itself and its subcontractors. The Government's safety evaluation will collectively consider the following three elements for each offeror: (1) Experience Modification Rate; (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate; and (3) Subcontracting Safety Narrative. (A) Experience Modification Rate (EMR) The Government will evaluate the EMR to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rating. Lower EMRs will be evaluated more favorably. For consistency, as a general guideline, the Government will use the table below to assist in evaluating the EMRs of the offerors. Risk EMR Very Low Risk Less than 0.6 Low Risk From 0.6 to less than 0.8 Moderate Risk From 0.8 to 1.0 High Risk Greater than1.0 to 1.1 Extremely High Risk Greater than 1.1 (B) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate The Government will evaluate the OSHA DART Rate to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rates. Lower OSHA DART Rates will be evaluated more favorably. For consistency, as a general guideline, the Government will use the table below to assist in evaluating the DART rates of the offerors. Risk DART Rate Very Low Risk Less Than 1.0 Low Risk From 1.0 to 1.99 Moderate Risk From 2.0 to 2.99 High Risk From 3.0 to 4.0 Extremely High Risk Greater than 4.0 (C) Subcontracting Safety Narrative The Government will evaluate the subcontracting safety narrative to determine the degree to which subcontractor safety performance will be considered in the selection of all levels of subcontractors on the upcoming project. The Government will also evaluate the effectiveness of the methods that the Offeror will employ to ensure and monitor safe work practices at all subcontractor levels. (4) Firms will be evaluated in past performance on projects of similar size and scope and location, CONUS and O-CONUS. Demonstrated long-term government or private business relationships, repeat business on related efforts and construction support are valued. Provide a listing of all excellent performance ratings and letters of commendation from both private and Department of Defense (DOD) clients (designate your role; prime, consultant, or joint venture partner). Ratings should be within the last five (5) years. (5) Quality control - A narrative of the firm's quality control manual(s) outlining specific personnel (including their discipline/specialty) and procedures for above- water field inspections and diving operations, technical report preparation, structural assessments, analysis and design services is required for review. Of special interest are the QC processes in place that minimize the Governments effort to QA the firm's work product for errors, omissions, and quality and that ensure compliance to the FHWA and FRA requirements are met. This submission is in addition to information provided in the firm's SF 330. Any manual(s) submitted will not be returned. (6) Capacity of the firm to perform the work in the required time period. Capacity includes the firm's ability to perform multiple tasks concurrently in the required timeframe. Condition assessment reports will be required within 45 to 90 days after completion of the field inspection, depending upon the number and size of the facilities inspected. Firms will be evaluated based on experience using InspectTech and reporting based on National Bridge Elements as well as reporting based on the Recording and Coding Guide for the Structure Inventory and Appraisal of the Nation's Bridges (SI&A) data. Discuss how surge workload would be handled. Firms will be evaluated on the extent to which they identify their approach to managing subcontractors in support of executing planned and emergent workload requirements for the Navy. (7) Firm experience working in diverse cultural and technical environments (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firms will be evaluated with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction practices of the area of the contract. (8) Volume of work awarded by the Department of Defense (DoD) within the past 12 months. Indicate in Block H of the SF-330 the total dollar value of contracts awarded to your firm by DoD in the last 12 months. (9) Sustainable Design Requirement - 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 for sustainability of DOD waterfront and ocean facilities and systems. Sustainable design elements as pertaining to bridge inspections include: 1) Facility maintenance and operational practices that reduce or eliminate harmful effects on people and natural environment, and 2) Efficiency in resource, and selection of materials and products appropriate for the environment. D: Estimated start date for this contract is October 2014. In accordance with DFAR 252.204-7004, to be eligible for contract award, a firm or joint venture must be registered in the Department of Defense (DoD) System for Award Management (SAM). Registration can be submitted via http://www.sam.gov. The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site. SF-330's shall not exceed 50 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF-330 (cover letter, other attachments and pages in excess of the 50 page limit will not be included in the evaluation process). Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement or supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Further clarification for completion of SF-330; SF-330 Part I is limited to 50 pages, Part I, Section D, Organizational chart is not included in the 50 page limit. SF-330 Part II is limited to one page for the prime contractor and one page for each sub contractor. In Part I, Section B, block 5, include the firms Tax Identification Number and ACASS number. Part I, block 16 include what year(s) the degree(s) was received. Part I, Block 17 include what year(s) the Professional Registration(s) was first issued. Part II, block 5(b), Small Business Status - do not leave this blank. Three hard (paper) copies of the submittal package are to be received in this office no later than 2:00 p.m., Pacific Time on January 30, 2014. Submittals received after this date and time will not be considered. Electronic and facsimile SF-330's will not be accepted. Site visits will not be arranged during the submittal period. Responses are to be submitted to EXWC ACQ71, NAVFAC Naval Base Ventura County, 1100 23rd AVE, Bldg. 1100, Port Hueneme, CA 93043-4347, Attn: Ted Fleet. Outside corner of mailing envelope shall be labeled as follows: N39430-14-R-1410 Bridge A-E Services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6bfd9468f10dc3289e3c621dd2fede8)
 
Place of Performance
Address: EXWC ACQ71, NAVFAC Naval Base Ventura County, 1100 23rd Ave, Bldg 1100, Port Hueneme, California, 93043-4347, United States
Zip Code: 93043-4347
 
Record
SN03257882-W 20131226/131224233743-d6bfd9468f10dc3289e3c621dd2fede8 (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.