SOURCES SOUGHT
C -- Architect/Engineering Services IDIQ
- Notice Date
- 8/18/2004
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
- ZIP Code
- 92043-4306
- Solicitation Number
- N47408-03-R-TLM7
- Response Due
- 9/22/2004
- Archive Date
- 10/7/2004
- Point of Contact
- Terry Moore, Contracting Officer, Phone 805-982-2479, Fax 805-982-4540,
- E-Mail Address
-
MooreTL@cbchue.navfac.navy.mil
- 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. INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER(A/E) contract for Naval Facilities Engineering Service Center, Port Hueneme, California. This synopsis is issued as unrestricted and a Firm Fixed Price Contract is anticipated. The North American Industry Classification System (NAICS) code for this procurement is 541330, and the annual size standard is $4,000,000.00. This synopsis provides engineering and design services and studies for critical power systems, loads, and supporting facilities at various locations worldwide. Contract terms will be for a Base Year with options to extend for four (4) additional yearly performance periods. Each performance period will run 365 calendar days from date of award/exercise of option or until the maximum limit is reached, whichever occurs first. The maximum fee limit may not exceed $2,000,000.00 per performance period. Multiple task orders may be awarded with similar delivery schedules requiring the selected firm to provide services with overlapping work/delivery dates. A minimum of $25,000.00 is guaranteed for the base year only. Individual task orders are expected to range between $2,5000.00 to $75,000.00 each. Firms must be in possession of a current Secret clearance and provide evidence of such in their proposal. No classified material shall be stored at the Firm?s facilities. The design scope will require architectural, mechanical, electrical, civil, structural, fire protection and minor environmental disciplines. The emphasis of the required support will be for the planning, design, preparation of specifications (materials, systems and assemblies), drawings, assessment and inspection of diesel engines, fuel tanks, electrical generators, uninterruptible power supplies, battery systems, distribution systems, protective equipment, and all ancillary facilities and structures. Design of Special Compartmented Information Facilities (SCIF) or systems for installation within SCIF will be required. Implementation of current and evolving DoD standards for Force Protection and Anti-terrorism is required. Interfacing with existing or new security/anti-intrusion devices is required. This support may be required in the form of economic impact studies or analysis, electrical studies (load flow, short circuit, transient stability, protection coordination), schedule development, feasibility studies, engineering analysis, facility design, preparing project plans and specifications, geotechnical surveys, failure analysis, surveying, coating and cathodic protection surveys and analysis, field inspection (Title II), quality control, preparing project technical reports and drawings, preparing required permit documentation, and preparing cost and progress reports. Engineering design and analysis involving electrical distribution systems, grounding systems, battery systems, electrical generation, lighting, and fire protection is also included. Inspection and engineering assessments of existing critical power systems and supporting facilities including structural engineering analysis; preparation of cost estimates, life cycle cost analysis, economic analysis, construction and installation schedules, environmental studies in support of permit applications to federal, state, and local agencies; development of maintenance plans; and performance of engineering and construction quality assurance of critical power systems, critical loads, supporting facilities and structures, documentation, processes, and procedures will be needed. Hazardous material surveys may also be required to include testing and sampling, providing design removal procedures, and preparing construction contract documents in accordance with applicable rules and regulations pertaining to hazardous materials. This work may involve dealing with asbestos, lead, and other hazardous waste. Contractor will be responsible for gathering data, identifying significant issues, developing appropriate inspection methods, identifying required retrofits, and preparing procedures for the installation of complex critical power systems and supporting facilities. Some Federal Agencies may require all personnel having access to a specific project, site or design be required to sign a Non-Disclosure Statement and pass a ?Federal Law Enforcement Agency Background Screening Process?. The Contractor shall have the capability to prepare or modify documents and drawings using software that is compatible with the following: past and recent versions of Autodesk, AutoCad, Wordperfect, Lotus 1-2-3, Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft Powerpoint, Microsoft Project, SPECSINTACT, and Database, CAD, and Word processing documents related to Intergraph stations. Contract(s) entail cost valuation, surveying, concept sketches, site sketches, economic analysis, estimated utilities load requirements, plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation for design services, and engineering studies. Estimated start date for this contract is December 2004. Selection criteria will include (in order of importance): (1). Specialized Experience ? Provide a description of similar, recent projects, with clients, for which team members provided a significant technical contribution. Work on these projects must have been done in the last five years. In matrix form, identify which team members worked on the projects described above. Projects shall be in the left column and team members names shall be across the top row of the matrix. (2) Professional Qualifications ? Submit a matrix for proposed design team(s), including alternatives, that contains the following data about the member?s assignment: team member?s name, firm name, office location, proposed team assignment, percentage of time to be spent on this team, highest education level and area of concentration (ie., BS electrical engineering), location of professional registration including license number, states of professional registration, number of years professional experience, number of years with current firm. Identify any prior/active security clearances of all team members. For project managers and team leaders, identify the numbers of teams (design, consultants, and joint venture partners) they have managed over the past five years. Provide project title, location, identify how the project is relevant to the issues identified in the factor. Provide project title, location, identify the team member who participated in the cited project and the nature of their responsibility, dollar value of the work for which the team member was responsible, total project cost, date of construction completion, owner?s point of contact (name, title, current phone number or e-mail address). (3) Capacity ? The ability of the firm to accomplish contemplated work within a reasonable minimum time limit as demonstrated by the team?s history of successfully completing projects in compliance with performance schedules and providing timely construction support. Of primary concern is the team?s ability to deliver work on multiple overlapping task orders. Discuss how surge workload would be handled. (4) Past Performance of the firm during contracts with government agencies and/or private industry with respect to cost control, quality of work, and compliance with performance schedules. 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 DoD clients (designate your role; prime, consultant, or joint venture partner). Ratings should be no later than 1997. Provide an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control processes, a portfolio of design work (both new construction and upgrades to existing facilities). Describe the prime contractor?s quality control program/process; identify who has the responsibility for implementation of the program, discuss how the prime contractor installs a culture of quality throughout the team. (5) Location in the general geographical area (the majority of work will be accomplished on the East Coast). (6) List the small or disadvantaged or women-owned business firms used as primary consultants or sub consultants. You will be required to submit a subcontracting plan that should reflect a minimum of 25% to small business concerns, 5% to small disadvantaged business, 5% to women-owned small business, 3% to HUBZONE, 3% to Veteran-owned small business, and 3% to Disabled Veteran-owned small businesses. (7) Sustainable Design ? Demonstrated success in designing or establishing minimum requirements for facilities that maximize energy efficiency through an integrated design concept. Experience in prescribing the use of recovered materials and achieving waste reduction in facility design will also be considered. (8) Volume of Work previously awarded to the firm by the Department of Defense within the past twelve months. Indicate in Block H the total dollar value of contracts awarded to your firm by DOD in the last twelve months. At the selection interview, A-E firms slated for interviews must submit their Design Quality Assurance Plan (DWAP), a portfolio of design work, and a list of present business commitments and their projected completion schedules. 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. Two copies of the submittal package is to be received in this office no later than 2:00 p.m., Pacific Time on September 22, 2004. Submittals received after this date and time will not be considered. Telegraphic and facsimile of SF 330 will not be accepted. Site visits will not be arranged during the submittal period. In accordance with DFAR 252.204-7004, all firms must be registered with the Central Contractor Registration (CCR) prior to award of any contract. To obtain information on registration with the CCR, offerors may call 1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil. Responses are to be submitted to Naval Facilities Engineering Command Contracts Office, NF 20, Bldg. 41, ATTN: Terry Moore, 3502 Goodspeed St., Ste. 2, Port Hueneme, CA 93043-4437. Outside corner of mailing envelope shall be labeled as follows: A-E Services, N47408-03-R-TLM7.
- Place of Performance
- Address: TBD
- Record
- SN00646689-W 20040820/040818212804 (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 |