SOLICITATION NOTICE
C -- A-E Services for Preparation of Planning Documents & Related Technical Services for Projects & Activities at Various Locations Worldwide, with Emphasis in the Pacific & Indian Ocean Areas
- Notice Date
- 4/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-06-R-1886
- Response Due
- 5/26/2006
- Point of Contact
- Jean Kuboyama, Contracting Officer, Phone (808)471-4666, Fax (808)474-5920, - Richard Keener, SupervisoryContractSpecialist, Phone 808471-9338, Fax 808474-5909,
- E-Mail Address
-
jean.kuboyama@navy.mil, Richard.Keener@Navy.Mil
- Description
- THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT STANDARD FORM (SF) 330, PARTS I AND II, IS CONTAINED HEREIN. This proposed contract is an unrestricted procurement. Services include, but are not limited to the preparation of facilities and land use planning studies and documents of various types normally used by the U.S. Navy, and such technical services related to such documents and software as may be requested by the Department of the Navy, Naval Facilities Engineering Command, Pacific (NAVFAC Pacific) for projects and activities at various locations worldwide, with emphasis in the Pacific and Indian Ocean Areas. The primary tasks anticipated for the Architect-Engineer (A-E) are the originating and the updating of planning studies and documents. Additionally, the A E may be assigned ancillary work to edit and rework incomplete or preliminary planning documents into final completed products based on technical knowledge and skills gained by professional training and experience in the planning and maintenance of military and government facilities and installations. Planning documents, as referred to herein, include but are not limited to any document relating to Master Plans, Capital Improvement Plans, Regional Shore Infrastructure Planning (RSIP) Overview and Functional Studies, Special Planning Studies, Air Installations Compatible Use Zones (AICUZ) Studies, Land Use Studies, Base Realignment and Closure (BRAC) Studies, Anti-Terrorism/Force Protection Studies, Military Training Studies, Space Studies (e.g., Administrative), Military Construction and Special Projects write-ups (normally on Department of Defense Standard Form 1391) with supporting documents (e.g., Cost Estimate, Site Plans, Floor Plans, NEPA documentation, etc.), Engineering Evaluations (EEs), Facilities Requirements Plans (FRP), Basic Facility Requirement (BFR) justifications, Facility Planning Documents (FPDs), Economic Analyses (EA), System Safety documents, Site Approval requests, Environmental Studies, Civil Engineering Support Plan, Land Inventory Analyses, studies, visual presentations, graphics, and/or any component or portion (not necessarily the entirety) of such documents. Field verification survey work may also be an ancillary part of the planning process. Any preparatory work, visual presentation, briefing, study, or report, which may be required prior to the initiation of any planning document listed, is also included under this contract scope. Planning projects may include those for other U.S. Military Commands and Agencies (e.g., U.S. Air Force, U.S. Army, U.S. Marine Corps, U.S. Coast Guard, and other U.S. Agencies) worldwide, in addition to those of the U.S. Navy. The A E shall also provide all professional services required for the completion of planning documents, including researching data, conducting site surveys, preparing, reviewing, and editing technical text and graphics to ensure completeness and correctness of documents. When such services are required of the A E for projects not wholly assigned to the A E alone, the A E must exercise professional judgment to verify the correctness and validity of the information, and the results and conclusions of the material the A E is called upon to finalize. The A E must analyze, coordinate, correlate, synthesize, correct, supplement, and finalize the work assigned. As an example of such an assignment, if the A E is called upon to finalize the draft of a document or a particular graphic submitted by NAVFAC Pacific, the A E shall rework such document or graphic until, in the A E's judgment, the finished product is correct, complete, and reflective of the A E's professional judgment and standards. The A-E shall provide electronic deliverables for the publication of planning documents and the integration of source data used or generated during the planning process into the data libraries of the Regional Shore Infrastructure Plan (RSIP-Link) information system. The purpose of the RSIP-Link System is to disseminate Regional Overview Plans, Functional Plans, and Other Studies/Documents to customer Activities via the internet, to provide document management tools for programs such as the MCON and Special Projects programs, to provide a repository of references and interactive data libraries and to provide access to data spatially through a GIS interface. The government utilizes the following software suite, which conforms to the approved Navy Marine Corps Intranet (NMCI) software suite: Microsoft Windows 2000 Workstation, Microsoft Office 2000 Professional Suite: PowerPoint 2000, Excel 2000, Access 2000, Outlook 2000, Internet Explorer 5.5, Netscape Navigator 4.78; and Adobe Acrobat 7.0. In the preparation of manuscripts, word processing files, desktop publishing documents, and spreadsheets, the A-E shall ensure compatibility with the approved NMCI software suite. Additional multi-media electronic software applications required, but not limited to, are: RSIP-Link, RSIMS, Dbase (dbf), Oracle 8.i, Auto Desk’s AutoCAD 2002 (DWG) or higher, Microstation 5.0, Visual Basic, Visual FoxPro, ArcView 3.2x or higher (SHP, SHX, SHB, DBF), ArcInfo Coverage Format, ArcSDE Format or as an ArcGIS geodatabase, and HTML screens. The A-E shall also be responsible for training Government representatives on operation of the planning software and maintenance of data files. The selected A-E may be required to participate in a pre-fee meeting within ten days of notification and provide a fee proposal within ten days from the meeting. The contract will be an Indefinite Delivery/Indefinite Quantity type where the work will be required on an “as-needed” basis during the life of the contract providing the Government and Contractor agree on the amount. Each project will be a firm fixed-price task order. The Government will determine the task order amount by using the rates negotiated for the basic contract and negotiate the effort required to perform the particular project. The contract base period shall not exceed twelve months or $7,500,000 total fee, whichever comes first. The Government guarantees a minimum amount of $25,000 for the contract. Should an impasse on the price occur over the initial or subsequent projects, the Government will apply the dollar value of the Government estimate for that project or projects toward the minimum guarantee. The Government reserves the option to extend the contract for an additional four option years, for a total contract performance period of five years. There will be no further synopsis in the event the options included in the contract are exercised. Estimated date of contract award is on/about October 2006. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in descending order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed in the field of master planning and U.S. military facilities planning Navy world-wide; with special attention given to work performed in the Pacific and Indian Oceans. (2) Specialized experience and technical competence of particular staff members in the field of planning for U.S. Military facilities in general, and U.S. Navy and U.S. Marine Corps Facilities in particular; include information concerning preparation of Military Construction documents, U.S. Navy Special Projects , experience in integrating U.S. Navy facility and master planning information into electronic tools for use on the internet/intranet, and experience in Relational Data Base Management Systems (RDBMS) and Geographical Information Systems (GIS). (3) Capacity to accomplish work in the required time and the ability to handle multiple projects at the same time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules, include a description of the firm’s quality control techniques and practices; (5) Location of the prime firm and subcontractors in the general geographical area of the projects, NAVFAC PACIFIC AOR; and familiarity and knowledge of the geographic region. A-E firms shall provide their DUNS, CAGE and ACASS numbers. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown on the SF 330, Part l, Section B8. Any large business firm that is short-listed will be required to submit a subcontracting plan before price negotiations begin for contract award. A-E firms meeting the requirements described in this announcement are invited to submit a completed SF 330, Architect Engineer Qualifications. A-E firms utilized by the prime A-E must submit Part ll of the SF 330. The submittal/delivery address is Commander, Code AQ12 (A-E Solicitation No. N62742-06-R-1886), Attn: Mailroom (CMP0161), NAVFAC PACIFIC, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. This address is for all deliveries, including US Mail, courier service and/or personal delivery services; no other address is acceptable. The delivery address is inside a military installation, therefore, strict security measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. Three copies of your SF 330 are required: Two paper hardcopies and one electronic copy on a CD. Firms responding to this announcement by Friday, 26 May 2006, 2:00 p.m. Hawaiian Standard Time (HST) will be considered. This is not a request for proposal. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-APR-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-NOV-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVFAC/N62742/N62742-06-R-1886/listing.html)
- Place of Performance
- Address: Pearl Harbor, Hawaii
- Zip Code: 96860
- Country: US
- Zip Code: 96860
- Record
- SN01181936-F 20061117/061115230306 (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 |