Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2007 FBO #1874
SOLICITATION NOTICE

C -- Indefinite Quantity Contract for Small Arms Range Facilities Projects Located in the Naval Facilities Engineering Command's Area of Responsibility, Worldwide

Notice Date
1/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Department of the Navy, Naval Facilities Engineering Command, Atlantic, Code AQ 6506 Hampton Blvd, Building A, Norfolk, VA, 23508-1278, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62470-07-R-7002
 
Response Due
2/12/2007
 
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. This procurement is for the design of Small Arms Range (SAR) projects Worldwide. Architect-Engineer and Engineering Services that may be required under this contract include DD Form 1391 documentation, plans, specifications, cost estimates, related studies, all associated engineering services, shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, Operation and Maintenance Support Information (OMSI), construction document package preparation including environmental permitting using various NAVFAC acquisition strategies, design-build package preparation, NEPA documentation preparation, construction surveillance and engineering consultation services during construction, material and ballistic testing, study/analysis of problems (ballistic, targeting, ventilation, acoustic, drainage, lead, etc.) on existing ranges, criteria development for SAR facilities located in the Continental U. S. (CONUS) and overseas, and operational certification of small arms ranges by a designated staff specialist as directed and approved by NAVFAC. Projects are categorized as small arms ranges and shall include, but not limited to: repair/renovations, additions and construction of new facilities. The design scope for projects may also include soil borings, energy computations, evaluation of lead and other arms-related contaminants, and evaluation and definition of asbestos materials and toxic waste disposition. The DD Form 1391 documentation is prepared in the Navy's Electronic Procurement Generator (EPG) and includes cost valuation, surveying, concept sketches, site sketches with utility points of connections, economic analysis, and recommendations for potential utilities impacts and sustainable features. For design-bid-build projects, firms are required to prepare the cost estimate utilizing the NAVFAC SUCCESS system in work breakdown structure (WBS), the specifications in the SPECSINTACT system format, and all project drawings in an AutoCAD compatible format as directed by NAVFAC. The A&E must be able to demonstrate its (and its consultants) qualifications with respect to this description and the published evaluation factors listed herein. site work, landscaping, pavements, storm water management, erosion and sediment control, and environmental remediation and permitting supporting facility operation shall also be required. Project designs shall include all electrical, mechanical, plumbing, fire protection, energy conservation systems, and all necessary utilities and amenities to support proposed project functions. As defined by paragraph 1-6 of UFC 3-600-01, this contract will require the services of a fire protection engineer or consultant. The A&E must demonstrate its and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation factors (1) through (5) are of equal importance; factors (6), (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 - Firms will be evaluated in terms of their past experience (and the experience of all proposed consultants) with regard to: (a) Planning and design of indoor small arms range facilities. (b) Planning and design of outdoor small arms range facilities. (c) Planning and design of Military Operations on Urban Terrain (MOUT) facilities. (d) Design of tactical ranges such as close quarter combat trainers, custom shoot houses, 360 degree live-fire trainers, etc. (e) Knowledge of U. S. and foreign codes, laws, permits and construction materials and practices and the ability to work collaboratively with host nation consultants to produce plans and specifications that comply with host nation design and construction norms, laws and codes. (f) Experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, NAVFAC Guide Specifications, NAVFAC design criteria, and NAVFAC acquisition strategies. (g) Firm's experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection services, and OMSI). (h) Sustainable Design - Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U. S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating concepts employed, LEED certification awarded, and LEED Certified Professional proposed for this contract. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in the organization, in particular, management's approach/plan to engage and fully integrate with host nation consultants to assure that design is compatible with in-country materials, standards and codes, and host nation construction practices. (b) Active professional registration. (c) Past experience in the type of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically on projects addressed in Evaluation Factor 1. (d) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. 3. Ability to perform the work to schedules and capability to complete multiple, minimum of 4 taskings simultaneously (show current and projected workload with a plan and schedule on how you propose to accomplish the work). Firms will be evaluated in terms of impact of this workload on the design staff's projected workload during the contract period. 4. Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. 5. 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. 6. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). 7. Volume of Work - Firms will be evaluated in terms of work previously awarded to the firm by DOD with the objective of affecting 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. 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 Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small businesses of 75.83%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 15.80%, Women-owned Small Business (WOSB) ? 14.23%, Veterans Owned Small Businesses (VOSB) ? 0.12%, Services Disabled Veteran Owned Small Businesses (SDVOSB) ? 0.12%, and HUBZone Small Business ? 1.28%. 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. The duration of the contract will be for one (1) year from the date of an initial contract award with four (4) additional one year option periods. The total amount that may be paid under this contract (including option years) will not exceed $7,500,000 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 September 2007. Section 111 of the General Provisions of the annual U. S. Military Appropriations Bill requires that this contract can only be awarded to a U. S. firm or a U. S. firm in a joint venture with a host country firm. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541330 ($4,500,000). 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, 12 FEB 2007. Responses should be sent to the following address: Mailing Address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code AQ,(Tracey Strawbridge) 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: **Worldwide**, , Naval Facilities Engineering Command's Area of Responsibility, Worldwide
Zip Code: 23508
Country: UNITED STATES
 
Record
SN01209837-W 20070113/070111221423 (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 |
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.