Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2004 FBO #1082
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Preparation of Cultural Resources Plans, Documentation, & Related Professional Services Supporting the Navy (Hampton Roads, VA Area; PA; and WV)

Notice Date
11/10/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Atlantic, Headquarters, A/E Branch, 6506 Hampton Blvd Building N-26, Code AQ22, Norfolk, VA, 23508-1278
 
ZIP Code
23508-1278
 
Solicitation Number
N62470-04-R-0213
 
Response Due
12/13/2004
 
Small Business Set-Aside
Total Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Design or Engineering Services are required for an Indefinite Quantity Contract for Preparation of Cultural Resources Plans, Documentation, and Related Professional Services Supporting the Navy (Hampton Roads, Virginia Area; Pennsylvania; and West Virginia). Projects can be categorized as design or engineering services projects and shall include, but not limited to: preparation of cultural resources plans, documentation, and related professional services supporting the Navy's management and treatment of its historic built environment (historic buildings, structures, designed landscapes, fixed objects, and historic districts). The work on this contract will occur within the area of responsibility of the Naval Facilities Engineering Command, Atlantic (NAVFAC LANT) consisting of the Continental United States, Caribbean, Europe, Iceland and the Azores. However, the preponderance of work on this contract is anticipated to occur within the area of responsibility of the Naval Facilities Engineering Command, Mid-Atlantic (NAVFAC MIDLANT) generally consisting of the Hampton Roads, Virginia Area; Pennsylvania, and West Virginia with the greater volume of work expected to be in the Hampton Roads, Virginia Area. The firm, on occasion, may be tasked with providing services at Government activities located anywhere in the world. Work performed will be in accordance with the National Historic Preservation Act (NHPA) of 1966, as amended, and implementing regulations under 36 CFR Par 800; the Secretary of Interior's Standards for the Treatment of Historic Properties (STANDARDS); and other applicable Federal, state and local laws, regulations and guidance documents. Additionally, any work occurring outside the Continental United States, and U. S. territories will be performed in accordance with Host Country laws and regulations comparable to the NHPA and its implementing regulations. DoD Final Governing Standards (FGS) will apply. Taskings will include the following: preparation of technical drawings, specifications, and cost estimates for minor historic preservation projects, condition assessments and engineering evaluations; adaptive reuse and feasibility studies including economic analysis, historic structures reports, preparation of layaway and stabilization studies and plans; preparation of standard guide specifications for rehabilitation and restoration of character-defining features of historic buildings, measured drawings, photogramentry, photography, design; and preparation of interpretive and educational materials for the Navy's architectural heritage (brochures, videos, exhibits, interactive computer based materials); State Historic Preservation Officers (SHPO) required documentation such as the Virginia Department of Historic Resources' (VDHR) Data Sharing System (DSS), reconnaissance level and intensive level survey documentation, and Pennsylvania's Historic Resource Survey Form; Host Country required documentation, Historic American Building Survey documentation, National Register of Historic Places (NRHP) nomination forms, architectural survey and NRHP eligibility evaluations; evaluation of overseas facilities for eligibility to Host Country's comparable to NRHP, Historic Preservation Priority Category (HPPC) assessments, architectural conservation studies and reports (for mortar analysis and mix design, masonry, metals, woods, roofing, finishes, etc., with appropriate testing and laboratory services); preparation of historic preservation maintenance plans; monitoring construction for compliance with the STANDARDS; archaeology associated with the built environment; preparation of Integrated Cultural Resource Management Plans (encompassing both built environment and archaeological resources); preparation of draft Memorandum of Agreements and Programmatic Agreements for historic aspects of the built environment, development of historic contexts, and archival research. SHPO and/or Tribal Historic Preservation Officers (THPO) having jurisdiction and the Advisory Council on Historic Preservation, Host Countries, as well as the Navy, may review deliverables produced under this contract. The contract requires that the selected firm have an on-line access to E-mail via the Internet for routine exchange of correspondence. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluations factors for all services. Evaluation Factors (1) through (6) are of equal importance; factors (7) and (8) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: Prime and key consultants will be evaluated in terms of recent experience with regard to the services listed above, knowledge of cultural resources regulations, and experience in working with State Historic Preservation Officers located in the primary coverage area (Hampton Roads, Virginia Area, Pennsylvania and West Virginia). 2. Professional qualifications and technical competence in the types of work addressed in evaluation factor (1). The proposed team shall be multi-disciplinary and shall demonstrate appropriate disciplines to perform the types of work addressed above. Firms will be evaluated in terms of their staff's active professional registration as may be applicable to their respective disciplines and their staff's professional qualifications relative to the proposed Secretary of Interior's Standards for Historic Preservation Professional Qualifications (Federal Registered, June 20, 1997 (Volume 62, Number 119)) for Historical Architects, Historic Preservation Planners, Historic Preservationists, Architectural Historians, Conservators (architectural), and Archaeologists (primarily historic). 3. Ability to perform the work to schedules. Firms will be evaluated in terms of their capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands (up to 3 concurrent taskings). 4. Past Performance: Firms will be evaluated based on past performance/ratings on Government and private industry contracts in terms of quality of work, cost control, and compliance with performance schedules. 5. Geographic Information System (GIS) and CADD: Firms will be evaluated on their knowledge of and ability to use GIS and CADD. 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 and knowledge of the locality of the contract (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 on their location with respect to the general geographical area of Hampton Roads, Virginia Area, which is expected to be the primary area of performance. 8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting 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. The duration of the contract will be for one (1) year from the date of an initial contract award with two (2) additional one year periods. The total amount that may be paid under this contract (including option years) will not exceed $1,000,000 for the entire contract term. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Type of contract: Firm Fixed Price Indefinite Quantity Contract. Estimated start date is March 2005. This proposed contract is being solicited as 100% set aside for small businesses, therefore, replies to this notice are requested from all small business concerns. The small business size standard classification is NAICS 541330 ($4,000,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. Architect-Engineer Firms which meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due no later than 4:00 p.m. EST, 13 December 2004. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ22E, 6506 Hampton Boulevard, Room 0126, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit only 1 copy of the qualification statement. Inquiries concerning this project should include solicitation number and title.
 
Place of Performance
Address: Hampton Roads, Virginia Area; Pennsylvania; and West Virginia
Country: USA
 
Record
SN00707161-W 20041112/041110212318 (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.