SOLICITATION NOTICE
C -- A&E Services for Bridge Inspection and Assesment
- Notice Date
- 2/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Specialty Center Contracts Core, 1205 Mill Road Building 850, Port Hueneme, CA, 92043-4347
- ZIP Code
- 92043-4347
- Solicitation Number
- N62473-06-R-3024
- Response Due
- 3/13/2006
- Archive Date
- 3/28/2006
- Description
- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER contract. This proposed contract is being solicited on an unrestricted basis; therefore replies to this notice are requested from all business concerns. The North American Industry Classification System (NAICS) code for this procurement is 541310, and the annual size standard is $4,000,000.00. This synopsis requests services for inspection, structural engineering and design services for bridge structures at Navy and DoD installations worldwide. The work includes, but is not limited to topside and underwater bridge inspections in accordance with 23 CFR 650 Subpart C the National Bridge Inspection Standards (NBIS), bridge load capacity analysis and load rating in accordance with AASHTO criteria, analysis of existing conditions and comparison to previous inspection reports; Design of bridge repairs, including plans and specifications, report preparation and cost estimates for bridge rehabilitation and the review of such documents produced by others. Projects under this contract shall be awarded on individual task orders. The scope of a given task order may vary or be a combination of initial, routine, interim, damage (emergency) or in-depth bridge inspections. The types of submittals may include bridge inspection reports, engineering alternatives and basis of repair/design reports, calculations, plans and specifications, cost estimates, safety plans, and technical review comments. Additional products and services may include construction contract drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard (see https://tsc.wes.army.mil/products), and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS); contract 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 analyses using finite element computer modeling; two and three-dimensional structure modeling and rendering; seismic vulnerability assessments, including use of finite element models and time history acceleration data for linear and/or nonlinear analyses of critical elements and development of retrofit schemes. In addition to the formats specified above, drawings and specification files shall also be delivered in Adobe Acrobat Portable Data Format (PDF) or Postscript electronic digital format. Bridge facilities include, but are not limited to vehicular and pedestrian bridges, railroad trestles and culverts and water control structures or any similar structure. All topside and underwater bridge facility assessments will be performed under direct control and supervision of a registered professional engineer who shall ensure that all diving operations are performed in accordance with U.S. Army Corps of Engineers EM 385-1-1 (November 2003) standards. This information must demonstrate that the prospective firm has performed contract diving work using professional registered engineer-divers on a regular and routine basis for at least the past three years and is able to accomplish such work in a safe and efficient manner. US citizenship for all on-site personnel is required for access to Government sites. This synopsis will result in the award of up to two multiple awards, Indefinite Delivery Indefinite Quantity contracts. After the award of the basic contract, a fair opportunity will be provided for each awarded firm to compete for individual Task Orders. For each Task Order, the Government will conduct an evaluation on all the information provided by the contractor, and a determination will be made identifying the most highly qualified firm to perform the services identified under the proposed task order. Each firm is required to submit additional information (limited to two pages) based on their experiences with the particular type of work, or site-specific knowledge of the work contained in the proposed task order statement of work and based on evaluation factors provided by the Government. Pricing information will be requested of the selected firm only. The selected firm will be required to provide a fee proposal within ten calendar days after receiving the Request for Proposal. Each Task Order under this contract will be fixed price. 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 reached. 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 of $10,000 for the entire contract term (including option years) will be satisfied by the award of the basic contracts. 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 firms' performance under 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 entire contract period will not exceed 5 years for ordering purposes The firms must demonstrate key qualifications with respect to the following evaluation factors for all proposed services under this solicitation. Evaluation Factors (1) and (2) are of equal importance, and factors (3) through (6) are listed below in descending order of importance. Factor (7) will be used as a tiebreaker among technically equal firms. (1) Professional qualifications and technical competence of the personnel proposed for this contract. Professional qualifications include professional registrations, CBI certificates and/or relevant technical certifications and training of the personnel assigned to the contract. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual personnel's experience in bridge inspection and generation of reports, design of bridge repairs, and generation of plans and specifications. Qualifications for all diving personnel proposed for this contract shall include, but not limited to, training certifications and medical certifications issued as required under Contract Diving Operations sections 30.A.06 through 30.A.10 of the U.S. Army Corps of Engineers EM 385-1-1 (November 2003). The information provided by the contractor must demonstrate that the prospective firm has performed contract diving work on a regular and routine basis for at least the past three years and is able to accomplish such work in a safe and efficient manner. Contractor must state that no "willful " OSHA violations have occurred within this 3-year period. Multiple "serious" violations with gravity of 10, as determined by OSHA, may be cause for disqualification from further consideration. (2) Specialized experience in conducting bridge inspections for government agencies and the ability to mobilize nationwide quickly. This criteria includes experience in the following areas: a) Bridge inspection and engineering services in accordance with the National Bridge Inspection Standards and AASHTO Criteria. b) Bridge load rating, load capacity and structural analyses, including seismic vulnerability assessments. c) Preparation of detailed bridge inspection reports and repair cost estimates, including Form DD1391. d) Fracture Critical Inspection and other structural condition assessments, including the use of destructive and non-destructive (NDT) techniques e) Providing engineering submittals in electronic format(s). Submittals include, but are not limited to: inspection reports and drawings, Structural Inventory and Appraisal (SI&A) data, three dimensional structure models and renderings, and contract bid documents. (f) Prime contractor experience in performing underwater bridge assessments, including associated diving operations. g) Geotechnical investigations related to driven pile and gravity based foundations. h) Testing and evaluation of structural material samples. (3) Quality control and safety assurance procedures (including dive safety). A copy of firms' quality control manual(s) outlining specific personnel (including their discipline/specialty) and procedures for bridge inspections and diving operations, technical report preparation, structural assessments, analysis and design services is required for review. Of special interest are the QC processes in place that minimize the Governments effort to QA the firm's work product for errors, omissions, and quality. This submission is in addition to information provided in the firm's SF 330. Any manual(s) submitted will not be returned. (4) Past performance on projects of similar scope. This may be demonstrated by providing copies of performance evaluations, design awards, letters of recognition, etc. (5) Capacity of the firm to perform the work in the required time period. Capacity includes the firm's ability to perform multiple tasks in multiple locations concurrently in the required timeframe. Condition assessment reports will be required within 60 to 120 days after completion of the field inspection, depending upon the number and size of the facilities inspected. Emergency inspections may require deployment on short notice and rapid bridge structural assessment. (6) Commitment to Small Business Concerns (Separate package; not counted in page total) use of small business concerns as subcontractor. Submission requirement: Demonstrate commitment and use of small business concerns as subcontractor on these contracts. Provide a chart with each small business category, identify the proposed names of the small businesses, and the dollar amount and subcontracting percentage the prime anticipates subcontracting to each firm. Additionally, provide a brief narrative as to how your firm will meet the following small business subcontracting goals: Small Business (SB) - 35%; Small Disadvantaged Business - 7%; Women-owned SB - 10%; HUBZone - 3%; Service Disabled Veteran- Owned SB - 3%; Veteran-Owned SB - 3%. NOTE: If large business firms are selected for award, an acceptable subcontracting plan that reflects a minimum of subcontracting goals stated above must be submitted before price negotiations begin for contract award. (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. Estimated start date for this contract is April 2006. In accordance with DFAR 252.204-7004, to be eligible for contract award, a firm or joint venture must be registered in the DoD Central Contractor Registration (CCR). Registration can be via http://www.ccr.gov. Interested 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 13 March 2006. 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. Responses are to be submitted to Director Specialty Center Contracts Core, NFECSW Code AQN00, Attn: LeChara Meardry, 1205 Mill Road Building 850, Port Hueneme, CA 93043-4347. Outside corner of mailing envelope shall be labeled as follows: A-E Services, N62473-06-R-3024. The contact email address should be: lechara.meardry@navy.mil.
- Record
- SN00984773-W 20060211/060209212843 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |