SOLICITATION NOTICE
C -- Engineering & design services for water storage tanks at various locations worldwide
- Notice Date
- 3/18/2005
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Specialty Center Contracts Core, 151 36th Avenue, Suite 2 Building 41, Port Hueneme, CA, 92043-4438
- ZIP Code
- 92043-4438
- Solicitation Number
- N68711-05-R-0045
- Response Due
- 4/21/2005
- Archive Date
- 5/6/2005
- 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 proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. Type of Contract: Firm Fixed Price Indefinite Quantity Contract. The North American Industry Classification System (NAICS) code for this procurement is 541330 (formally known as Standard Industrial Code 8711), and the annual size standard is $4,000,000.00. This synopsis provides engineering and design services for inspections of potable, non-potable, fire suppression water storage tanks at various locations worldwide. The terms of the contract will cover a period of not to exceed 365 days from the date of contract award or until a $500,000.00 limitation is reach. The Government has the option to extend this contract for four additional 365 day periods or until an additional $2,000,000.00 is reached. The maximum amount of the contract is $2,500,000.00 or five (5) years depending on which threshold is reached first. If the dollar capacity of the previous year has not been utilized, this capacity will be added to the following year option (if exercised). 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. Multiple task orders may be awarded with similar delivery schedules requiring the selected firm to provide services with overlapping work/delivery dates. The emphasis of the required support will be for the inspection and assessment of water storage facilities, defined as any structure that serves as a water supply, maintains equal water pressure in a water system, or for fire protection; tanks can be manufactured from a variety of materials including wood, steel, or concrete, and include standpipes, reservoirs, elevated tanks, and supporting facilities. Inspections and assessments will be in accordance with applicable standards of the American Water Works Association (AWWA) and will include engineering analysis of existing conditions in comparison to design requirements, previous inspection reports and/or drawings of the facilities; engineering calculations for structural analysis with or without previous design calculations; documentation of findings; and recommendations with cost estimates for follow-on actions. About 10-20% of the inspections will be performed in a full tank requiring contact with the water stored. All in-water assessments will be performed in accordance with, but not limited to, OSHA standards, ACOE EM-385-1-1 and American Water Works Association. Additional products and services may include construction contract drawings and specifications; bid analyses; post construction award services (PCAS); Title II inspection services; engineering report review; database population; procedures and guidelines reports; engineering calculations; static and dynamic structural calculations and using computer modeling; three-dimensional structure modeling; seismic vulnerability assessments, including analysis of critical elements and development of retrofit schemes, construction schedules, environmental studies in support of permit applications to federal, state, and local agencies; development of maintenance plans; and engineering and construction quality assurance of water storage facilities and supporting facilities and structures. Heavy metals may be encountered in the testing and sampling of coatings; contractor will provide removal procedures, and prepare construction contract documents in accordance with applicable rules and regulations pertaining to hazardous materials. 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?s AutoCAD, Microsoft Word, Microsoft Excel, and SPECSINTACT. Estimated start date for this contract is June 2005. 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 (4) are of equal importance; factor (5) is of lesser importance, and factors (6), (7), and (8) will be used as tie-breakers among technically equal firms. Specific evaluation factors include: (1). Professional qualifications and technical competence of the team proposed for this project in the type of work required. For inspections: inspection team members will be evaluated upon certifications earned that are generally accepted certifications for the water tank industry including NACE, SSPC (QP certifications), AWS and NDT qualifications. For design and analysis: Professional qualifications including professional registrations of the design personnel assigned to the project. Diving personnel include diving training and the ability to meet OSHA safety standards and dive industry standards. (2) Specialized experience in the type of work required. This criterion includes experience in the following areas from (in order of importance): a. Evaluation of both interior and exterior coating systems, including lead-based and heavy metal coatings. b. Evaluation of the tank for compliance with existing structural, sanitary, safety standards and codes. c. Design and engineering services for repairs of water tanks. d. Evaluation of both impressed current and sacrificial anode type cathodic protection systems. (3) Past performance on projects of similar scope. 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. (4) Quality control and safety assurance procedures or programs in place for conducting both dry and wet inspections. (5) Capacity of the firm to perform the work in the required time period. Capacity includes the firm?s ability to perform multiple tasks concurrently in the required timeframe. Condition assessment reports will be required within 45 to 90 days after completion of the field inspection, depending upon the number and size of the facilities inspected. Discuss how surge workload would be handled. (6) Firm location (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 with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction practices of the area of the contract. (7) Volume of Work previously awarded to the firm by the Department of Defense within the past twelve months. Indicate in Block H of the SF 330 the total dollar value of contracts awarded to your firm by DOD in the last 12 months. (8) 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 the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small business of 74.8%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) ? 15.5%, Women Owned Small Business (WOSB) ? 14.0%, Veteran Owned Small Business (VOSB) ?3%, Service Disabled Veteran Owned Small Business (SDVOSB) ?3%, and HUBZone Small Business ? 3.1%. Large business firms shall submit their Navy-wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. 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 are to be received in this office no later than 2:00 p.m., Pacific Time on April 21, 2005. 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 Director Specialty Center Contracts Core, NFECSQ Code AQN00, Attn: Terry Moore, 151 36th Avenue, Ste. 2, Port Hueneme, CA 93043-4438. Outside corner of mailing envelope shall be labeled as follows: A-E Services, N68711-05-R-0045.
- Record
- SN00771806-W 20050320/050318212420 (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 |