SOLICITATION NOTICE
C -- Architectural-Engineer Services for MCON Project P-820, Marine Corps Headquarters, Atlantic, Naval Support Activity, Norfolk, Virginia
- Notice Date
- 2/7/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 1510 Gilbert Street Building N-26, Code AQ22D, Norfolk, VA, 23511-2699
- ZIP Code
- 23511-2699
- Solicitation Number
- N62470-03-R-1126
- Archive Date
- 3/29/2003
- Point of Contact
- Robin Lamb, Program Assistant, Phone 757-322-8272, Fax 757-322-8285, - Kimberly Ribaudo, Contract Specialist, Phone 757-322-8235, Fax 757-322-8264,
- E-Mail Address
-
LambRM@efdlant.navfac.navy.mil, RibaudoKF@efdlant.navfac.navy.mil
- Description
- Architect-Engineer or Engineering Services are required for preparation of DD Form 1391 documentation (which entails preparation of basic project documents of the DD Form 1391 in the Navy?s Electronic Project Procurement Generator (EPPG) including cost valuation, surveying, concept sketches, site sketches with utility points of connections; and may require enhancement of previously prepared basic documentation, including economic analyses of alternatives, estimated utilities load requirements, and recommendations for potential sustainable features); plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation (provides construction contract inspection requirements), Operation and Maintenance Support Information (OMSI), construction inspection and engineering consultation services during construction for the MARFORLANT Headquarters and supporting facilities. Other similar or site related projects may be added to this contract as required for coordination with client mission requirements and for coordination of scope and scheduling of construction work. The acquisition strategy for Project P-820 is expected to be 100% Design/Bid/Build. Project P-820 includes construction of a Marine Corps Headquarters Building and supporting utilities and parking. Typical construction will consist of reinforced concrete and structural steel on concrete spread footings and prestressed concrete pile foundations; entrance canopy; administrative areas including office/reception areas, file rooms, and state of the art conference/briefing rooms; special administrative areas including sensitive compartmented information (SCIF) rooms, technical libraries, training rooms, and data processing areas; administrative storage areas; preaction, wet pipe sprinkler, under floor carbon dioxide fire suppression, and fire alarm systems; classified and unclassified local area network (LAN) systems; elevators; raised flooring; uninterruptible power supply (UPS) system; and emergency generators; telephone, electrical utilities; mechanical ventilation and air conditioning (HVAC); water, sewer and drainage systems; OMSI manuals; force protection requirements, security glazing, and vehicle gates. The building will be designed and constructed to meet the Uniform Federal Accessibility Standards for accessibility and use by the physically challenged. The Government will reserve an option to negotiate final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services. The contract also includes the preparation of cost data using the NAVFAC SUCCESS system in work breakdown structure (WBS), DD Forms 1391, Witness Data and site plan preparation formatted in preliminary engineering documentation. The anticipated design start date is June 2003 with design completion by July 2004; construction inspection services if required start in January 2005 and end January 2007; preparation of OMSI if required may begin in June 2005 and be completed by June 2007. The project includes: surveying, soil borings, hazardous materials identification, and energy computations. The preliminary engineering document forms the basis of cost and scope programming for Congressional submission or budget adjustments. Life Cycle Cost Analyses and Life Safety Code Studies may be required in addition to interior space planning and design studies. Firms responding to the announcement must show a range of experience consistent with the above description and consistent with the evaluation factors listed below. Firms are required to prepare the cost estimate utilizing the NAVFAC SUCCESS system in work breakdown structure (WBS), the specifications in the SPECSINTACT system format, and all drawings shall be submitted in an AutoCAD compatible format. The design contract scope may require evaluation and definition of asbestos materials and toxic waste disposition. Fee negotiations would provide for laboratory testing and subsequent preparation of plans and specifications may require definition of removal and/or definition of disposal process. Firms responding to this announcement must be prepared to accept the aforementioned as a part of their contract responsibility. 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), (8) and (9) are of lesser importance and will be used as "tie-breakers" among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - Firms will be evaluated in terms of: (a) their past experience with regard to the design of military regional headquarters and/or corporate headquarters; (b) experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, and NAVFAC Guide Specifications; (c) 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); (d) their past experience in the preparation of design/build contracts; (e) their past experience with Marine Corps projects; (f) knowledge of local codes, laws, permits and construction materials and practices of Virginia; and (g) successful completion of on-site collaborative conception design development efforts; (2) Professional qualifications and technical competence in the type of work required: Proposing firms will be evaluated in terms of the design staff's: (a) active professional registration; (b) experience (with present and other firms) and roles of staff members specifically on projects addressed in evaluation factor number one; (c) capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands; and (d) organization and office management as evidenced by management approach (management plan for this project), and personnel roles in 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; (4) Ability to perform the work to schedules noted above - 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 terms of one or more of the following (with emphasis on projects addressed in factor number one): (a) the process for cost control and the key person responsible; and (b) performance ratings/letters of recommendations received; (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 with the objective of affecting 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; and (9) Small Business and Small Disadvantaged Business Subcontracting Plan - Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 65%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) including Historically Black Colleges/Universities/Minority Institutions (HBCU/MI) - 14.8%, Women-owned Small Business (WOSB) - 14.4%, Veterans Owned Small Businesses (VOSB) - 3%, Services Disabled Veteran Owned Small Businesses (SDVOSB) - 3%, and HUBZone Small Business - 3%. Large Business Firms shall submit their Navy-wide SF 295 (Standard Form 295, Summary Subcontract Report) with their Standard Form 255. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. The contract requires that the selected firm have an on-line access to E-mail via the internet for routine exchange of correspondence, and have Central Contractor Registration. Estimated construction cost over $10,000,000. Type of contract: Firm Fixed Price.--Architect-Engineer firms which meet the requirements described in this announcement are invited to submit completed Standard Forms (SF) 254 (unless already on file) and 255, U. S. Government Architect-Engineer Qualifications, to the office shown above. In Block 10 of the SF 255, discuss why the firm is especially qualified based upon synopsized evaluation factors; and provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. For selection evaluation factor (1), provide the following information for only the staff proposed for this work using these column headings: NAME, RELATED PROJECTS WORKED ON, YEAR, FIRM, and TECHNICAL ROLE. Use Block 10 of the SF 255 to provide any additional information desired and continue Block 10 narrative discussion on plain bond paper. All information must be included within the SF 255. Provide a synopsis of the scope of work, point of contact and telephone number for each project listed in SF 255 Block 8. Firms having a current SF 254 on file with this office and those responding by 4:00 p.m. EST, 14 March 2003 will be considered. Late responses will be handled in accordance with FAR 52.215-10. Neither hand carried proposals nor facsimile responses will be accepted. Firms responding to this advertisement are requested to submit only one copy of qualification statements. The qualification statements should clearly indicate the office location where the work will be performed and the qualifications of the individuals anticipated to work on the contract and their geographical location.--This proposed contract is being solicited on an unrestricted basis, therefore, replies to this notice are requested from all business concerns.--The small business size standard classification is NAICS 541310 ($4,000,000).--This is not a request for proposals. Inquiries concerning this project should mention location and contract number. See Note 24.
- Place of Performance
- Address: Norfolk, VA
- Record
- SN00255579-W 20030209/030207213611 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |