Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2004 FBO #1028
SOLICITATION NOTICE

C -- Firm Fixed Price contract for Architectural Engineering Services

Notice Date
9/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Northbay Area Focus Team, Attn: Code 5N02 1220 Pacific Highway, San Diego, CA, 92132-5190
 
ZIP Code
92132-5190
 
Solicitation Number
N6871104R6218
 
Response Due
10/18/2004
 
Archive Date
11/1/2004
 
Description
Synopsis: THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254s and SF255s WILL NOT BE CONSIDERED. This contract is a Firm Fixed Price contract for Architectural Engineering Services for the design of FY-07 P-401, REPLACE FUEL STORAGE TANKS POINT LOMA, FLEET AND INDUSTRIAL SUPPLY CENTER, SAN DIEGO CA. The project will include construction of four 150,000 barrel multi-product, aboveground storage tanks (ASTs) and four 100,000 barrel multi-product ASTs to receive, store and issue fuels; construction of a new Fuel Oil Recovery (FOR) system; construction of a new Lube Oil system that consists of two 20,000 gallon Lube Oil tanks, two 20,000 gallon Lube Oil; integration of all new storage and distribution facilities with DFSP Point Loma?s Automated Fuel Handling Equipment (AFHE) system; closure and/or demolition of existing tanks and buildings; installation of a new pump house and associated equipment and piping; and construction of a new loading and unloading truck fill stand to support JP-5, DFM, lube oils, FOR, and FSII operations. The estimated construction cost is between $25,000,000 and $100,000,000. The following services may also be required: development of requirements, preparation of engineering evaluations, project scope, analysis of proposed sites for foundations, utilities, access, constraints and identification of environmental issues; government collateral equipment lists, project preliminary hazard analysis, obtaining permits and regulatory approvals, review of contractor submittals, field consultation and inspection during construction, construction materials plant inspection, Operation and Maintenance Support Information (OMSI), and as-built drawing preparation. Phases and/or pre-priced contract options may be included and will be exercised at the discretion of the government for 0 to 35%, 35 to 100% design, and post construction contract award services which may include full time construction inspection. Contract award is contingent on availability of funds. Options are normally exercised within several months of completing prior work; however, delays of up to one year are possible. As part of this contract, an asbestos and/or lead-based paint assessment may be required to determine the presence of hazardous material during removals/demolition or at utility points of connections. Firms must be able to accept work that involves asbestos, lead paint, PCB, and other hazardous materials. Work will be prepared utilizing the most recent version of AutoCAD. Specifications will be prepared using SPECINSTACT SGML program, and cost estimates using the Success estimating program in a Work Breakdown Structures (WBS) system format will be utilized. Selected firm will be required to provide documents in pdf format for posting to a Government web site during solicitation. Selection criteria will include (in order of importance); (1) Professional Qualifications of the proposed staff and consultants to be assigned to this contract in the design of large (over 50,000 BBLs) multi-product fuel storage facilities with associated storage and distribution facilities and Automated Fuel Handling Equipment: Submit a list or chart for the proposed design team(s), identifying all key personnel including principals, project managers, and designers, in the prime contractor?s and consultant firms, who will be materially involved in the design of this project. A completed Block E will be required for each of these personnel. In Block E17, include the year of initial professional registration and license number. (2) Specialized Experience and Technical Competence of the firm?s proposed staff and consultants to be assigned to this contract: Provide a completed Block F for each example project and indicate in Block G the key personnel participation in the example projects. (3) Capacity to accomplish the work in the required time: In Block H, indicate the firm?s present workload and the availability of the project team (including consultants) for the specified contract performance period. (4) Past Performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules: In Block H, provide initial estimated cost and final construction cost for the example projects listed in Block F. Provide a narrative describing the firm?s internal quality control program and processes. Provide the initial estimated and actual design duration for these projects. List recent industry awards, letters of commendation, and other performance evaluations received for these projects. Do not submit copies. (5) Location in the general geographical area of the project and knowledge of the locality of the project. (6) List the small or disadvantaged or woman-owned business firms used as primary consultants or as sub consultants. If a large business concern is selected for this contract, they 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 woman-owned small business, 3% to HUBZONE, 3% to Veteran-owned small business, and 3% Disabled Veteran-owned small business. (7) Sustainable Design/ Anti-Terrorism Force Protection (ATFP): Provide a description of experience in designing or establishing minimum requirements for facilities that maximize energy efficiency through an integrated design concept, and in prescribing the use of recovered materials and achieving waste reduction in facility design. Demonstrate familiarity with anti-terrorism/force protection criteria for the safety of personnel in military facilities and associated mitigation measures in design and construction. (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. One (1) electronic copy on CD in pdf format and four (4) hard copies of the submittal package is to be received in this office no later than 2:00 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. Personal interviews may not be scheduled prior to selection of the most highly qualified firm. 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). SF330 Part I is limited to 50 pages. Part I, Section D, Organizational Chart is not included in the 50-page limit. SF330 Part II is limited to one page for the prime contractor and one page for each sub contractor. In Part I, Section B, block number five (5), include the firm?s 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 block blank. If the firm submitting is a large business, insert N/A. All other information remains the same 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. This solicitation requires all interested firms to have an email address. Notifications may be made via email; therefore, email address must be shown in on the SF 330, Part 1, Section B8. Telegraphic and facsimile SF 330'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 North America Industry classification System is 541330 (formally known as Standard Industrial Code 8711) and the annual size standard is $4 million. Packages should be sent to Naval Facilities Engineering Command, Southwest Division, Code 5NCN.FS, Attn: Flor Sulpacio, 2585 Callagan Hwy, Building 99, San Diego, CA 92136. For questions regarding solicitation, please contact Flor Sulpacio at 619-532-3070 or e-mail flor.sulpacio@navy.mil. If you are submitting your package in person, you must call first to allow for processing of security information for a base pass.
 
Place of Performance
Address: , DEPARTMENT OF THE NAVY, NAVAL FACILITIES ENGINEERING COMMAND, ENGINEERING FIELD DIVISION, SOUTHWEST, NORTHBAY AREA FOCUS TEAM, ATTN: CODE 5N02 1220 PACIFIC HIGHWAY SAN DIEGO, CA
Zip Code: 92132-5190
 
Record
SN00676104-W 20040919/040917212345 (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.