Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

C -- INDEFINITE QUANTITY CONTRACT FOR STRUCTURAL ENGINEERING SERVICES FOR PROJECTS AT VARIOUS LOCATIONS IN CALIFORNIA, NEVADA, ARIZONA, NEW MEXICO, OREGON, IDAHO, ALASKA, WASHINGTON, MONTANA AND UTAH

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Regional Contracts Team, Attn: Code 02R3 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N68711-04-R-3006
 
Response Due
4/14/2004
 
Archive Date
4/29/2004
 
Point of Contact
Anne Garrett, Contract Specialist, Phone 619-532-4261, Fax 619-532-4789, - Kenneth Redmond, Contract Specialist, Phone 619.532.1251, Fax 619.532.4789,
 
E-Mail Address
garrettag@efdsw.navfac.navy.mil, Kenneth.Redmond@navy.mil
 
Small Business Set-Aside
8a Competitive
 
Description
SYNOPSIS OR DESCRIPTION: ATTENTION: 8(a) Set-Aside DESC: THERE IS NOT RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF 254 AND SF 255 DOCUMENTS IS CONTAINED HEREIN. This proposed contract is set-aside for 8(a) certified firms. If adequate competition cannot be established for the 8(a) arena in accordance with the Brooks Act (3 or more qualified firms establishes adequate competition) the solicitation will be cancelled and re-advertised on an unrestricted basis. This will be a firm fixed price/indefinite quantity contract. Southwest Division, Naval Facilities Engineering Command, San Diego, CA is currently seeking a Regional firm fixed price indefinite quantity Structural Engineering Service contract for various projects located within California, Arizona, Nevada, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah. The preponderance of the work will be in California, Nevada, Arizona and New Mexico, with much work in the San Diego area. The services will be for structural design and contract document preparation relating to seismic/structural evaluations, preliminary and/or final structural/seismic design services for the preparation of construction contract documents for new structures, for the upgrade/renovation of existing facilities, for the preparation of RFP's for design/build contracts and for the preparation of 1391 planning documentation. Incidental architectural, civil, surveying, mechanical, electrical, geo-technical, fire-protection, cost engineering, specification writing and environmental engineering services may be required in support of the structural engineering services. The lead discipline shall be a registered structural engineer. The terms of the contract will be 365 calendar days from the date of contract award, or until the $1,000,000 limit is reached. The Government has the option to extend this contract for an additional 365 calendar days, or until an additional $1,000.000 is reached, or a total not to exceed the amount of $2,000,000 in two years. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following option period (if exercised). The hourly rates will be negotiated for each calendar year and will be in effect during each calendar year regardless of when the option period is exercised. The minimum guaranteed fee is $5,000 for the base period. The A-E fee for any single task order shall not exceed $200,000. The estimated start date is 6 July 2004. A-E selection criteria will include (in order of importance): (1) professional qualifications of the proposed staff and consultants in the preparation of structural/seismic design for new facilities, the evaluation/renovation/upgrade of existing facilities and preparation of RFP's for design/build contracts. Designs may include buildings of many sizes and configurations, including high bay structures. Knowledge of current government seismic design criteria is required. This shall include, but not be limited to the International Building Code – 2000 edition, SEI/ASCE 7-02 - Minimum Design Loads for Buildings and Other Structures, TI809-04 - Seismic Design for Buildings (dated December 1998), UFC 4-010-01 – DoD Minimum Antiterrorism Standards for Buildings and ICCSSC RP6 – Standards of Seismic Safety for Existing Federally Owned and Leased Buildings. For the structural portion of the work the staff to be assigned under this contract shall be licensed structural engineers. Experience in the use of metric (SI) units is required. Proposals shall demonstrate knowledge and experience in applying sustainability concepts and principles to facilities and infrastructure through an integrated design approach, including: energy conservation, pollution prevention, the use of recovered recycled materials, waste reduction, and construction waste management practices. List only the team members who will actually perform major tasks under this contract. Qualifications should address each individual's specific contribution to the efforts contemplated by this contract. (2) Specialized experience of the firm (including consultants) in the preparation of structural/seismic design of new facilities, the evaluation/rehabilitation/upgrade of existing facilities, the preparation of RFP's for design/build contracting and preparation of 1391 planning documentation. Designs may include buildings of many sizes and configurations, including high bay structures. Experience in the use of metric (SI) units is required. The firm must have experience with coordination of design disciplines for phased construction, including occupied/unoccupied buildings and fast track projects. Projects may also require the identification of asbestos and lead-based paint. Do not list more than a total of ten (10) projects in Block 8 of SF Form 255. Indicate which consultants for the proposed team, if any, participated in the preparation of design documentation for the projects listed. (3) Capacity to accomplish the work in the required time. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period and indicate specialized equipment available and previous security clearances. (4) Past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by listing budget/estimated construction cost, award amount, final design estimate, and construction change order rate for at least five recent projects. Briefly describe internal quality assurance and cost control procedures and indicate team members who are responsible for monitoring these processes and how quality of subcontractors work will be assured. List recent awards, commendations, and other performance evaluations (do not submit copies). (5) Location in the general geographic area and knowledge of the locality of the projects at Naval and Marine Corps bases within California, Arizona, Nevada, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah. (6) List the small, disadvantaged, woman-owned businesses, veteran-owned small business or service-disabled veteran-owned small business concerns or HubZone small business firms used as primary consultants or as sub-consultants. If a large business concern is selected, the firm will be required to submit a subcontracting plan that should reflect a minimum 23% small business, 5% small disadvantaged business, 5.3% woman-owned small business, 1.3% to historically black colleges and universities and minority institutions, if applicable, 5% veteran-owned small business, 5% service-disabled veteran owned small business, and 3.1% HUBZone small business, of the amount to be contracted out. (7) Volume of work previously awarded to the firm by the Department of Defense within the past twelve months. (8) Indicate the firm’s sustainable design development. Describe the applicability of sustainable design, applicable construction, renovation and repair projects that are covered by LEEDS to the fullest extent possible. The principles of sustainable development shall be used as a technical qualification selection factor when evaluating developers. Identify the sustainable strategies for each project. (9) Indicate the Firm’s anti-Terrorism Force Protection (ATFP) experience. Those firms which meet the requirements described in this announcement and who wish to be considered, must submit one copy each of an SF 254 and SF 255 for the firm and a SF 254 for each consultant listed in block 6 of the firm's SF 255. One copy of the submittal package is to be received in this office no later than 3:00 PM Pacific Time on the date indicated above. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. Submittals received after this date and time will not be considered. Additional information requested: indicate solicitation number in block 2b, Contractor Establishment Code (CEC) and/or Duns number (for address listed in block 3, and tax identification number (TIN) in block 3, fax number and email address in block 3a, and discuss why the firm is especially qualified based on the selection criteria in block 10 of the SF 255. For firms applying with multiple offices, indicate the office which completed each of the projects listed in block 8 and list which office is under contract for any contracts listed in block 9. Use block 10 of the SF 255 to provide any additional information desired. Personal interviews will be scheduled prior to selection of the most highly qualified firms. SF 255s shall not exceed 30 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 255 (cover letter, other attachments and pages in excess of the 30 page limit will not be included in the evaluation process). Firms not providing the requested information in the format (i.e. listing more than a total of 10 projects in block 8, not providing a brief description of the quality control plan, not listing which office of multiple office firms completed projects listed in block 8, etc.) directed by this synopsis may be negatively evaluated under selection criteria 3. Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement of supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. This is not a request for proposal. Telegraphic and facsimile SF 255's will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004 all firms must be registered with the Central Contractor Registration (CCR) prior to any award of a contract. To obtain information on registration offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. The Standard Industrial Code (SIC) is 8711 or North American Industry Code Standard (NAICS) is 541330 and the annual size standard is $4 million. Submit your SF 254/255 proposal to the Security Office in person located in Building 128, 1220 Pacific Highway, San Diego, CA 92132 or mail your 254/255 proposal to 1220 Pacific Highway, Attention Anne G. Garrett, Code 02RC, building 127, Room 117, San Diego, CA 92132.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N68711AC/N68711-04-R-3006/listing.html)
 
Place of Performance
Address: California, Nevada, Arizona, New Mexico, Oregon, Idaho, Alaska, Washington, Montana and Utah
Country: USA
 
Record
SN00541799-F 20040312/040310231853 (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 |
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.