SOLICITATION NOTICE
C -- A/E Services - NAVFAC Midwest
- Notice Date
- 4/23/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- N40083-07-R-0020
- Response Due
- 5/18/2007
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. THIS IS AN UNRESTRUCTED PROCUREMENT. Design or Engineering Services are required for a multi-disciplined A/E Services Indefinite Quantity Contract for Naval Facilities Engineering Command Midwest (NAVFAC Midwest). Two (2) contracts will be awarded. The first contract, N40083-07-R-0020, will provide A/E services for Great Lakes Naval Station and surrounding area. The second contract, N40083-07-R-0021, will provide A/E services for the NAVFAC Midwest Area Of Responsibility (AOR) including but not limited to the following states: North Dakota, South Dakota, Nebraska, Kansas, Oklahoma, Minnesota, Iowa, Missouri, Arkansas, Wisconsin, Illinois, Michigan, Indiana, Ohio, Kentucky and Tennessee. Installations include, but are not limited to non-DoD or DoD facilities such as Naval Bases, Marine Bases, Air Force Bases, and Navy and Marine Corps Reserve Centers. All A/E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and 36.209 Construction Contracts with Architect-Engineer Firms. Any A/E that prepares a design-build RFP will be restricted from participating in any contract or task order for that particular project. Licensed architectural, multi-disciplined engineering and design (A/E) services for facilities demolition, repairs, alterations and/or new construction are required under indefinite quantity, firm-fixed price type contracts (using GSA Look-Up Table for design fees with Estimated Construction Costs between $100,000 and $2 million) for all types of new and existing facilities. This includes: 1) Project planning and development (Scopes of work); 2) Engineering Studies; 3) Project designs (including preparation of drawings in AutoCAD 2000 or higher, calculations, specifications using the Specs Intact system, and cost estimates using the Government?s Work Breakdown Structures (WBS) system with the SUCCESS cost estimating and management system program for projects with an ECC of $100,000 or more); and 4) use of the NAVFAC Midwest Simplified Acquisition Procedure, SAP (with sketches, essential calculations, minimal specifications and order of magnitude cost estimates for projects with an ECC of less than ($100,000). Taskings will include, but are not limited to: partial design packages; total design packages; design-build RFP packages; repairs and alterations to existing facilities, collateral equipment lists; project preliminary hazard analysis; obtaining permits and regulatory approvals; surveys (topographic and boundary); soil investigations, comprehensive interior design; contractor submittal review; construction inspection, observation and consultation; Operations & Maintenance Support Information (OMSI); environmental assessments; fire protection; anti-terrorism/force protection evaluation and design; designs for phased construction; and as-built drawing preparation. Some projects will require design in the metric system. Firms must be able to accept project-related work that requires comprehensive asbestos/lead paint surveying and provide a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. Proposals will be evaluated on each of the criteria factors listed below. Each factor will be assigned a rating from outstanding to unsatisfactory based on the risk to the Government that the offeror will successfully perform the factor being evaluated. Award will be made to the firms determined to be most highly qualified. Information for each factor should be submitted for the office and/or employee performing the work in response to this announcement. It is recognized that for firms with multiple offices, a project team may be formed from personnel from more than one office. If more than one office is represented, this must be stated clearly in the work management plan. The Selection Board will consider the performance risk associated with that team not being co-located in the geographical proximity to the supported projects. Significant evaluation factors (in order of importance): 1) Professional Qualifications: Submit a matrix of proposed design team(s), including alternatives, that contain the following data about the members assignment: members name, firm name, office location, proposed team assignment, percent of time to be spent on this team, education level/discipline (example: BS, mechanical engineering), states of professional registration, number of years of professional experience, and number of years with the firm. Also for project managers and team leaders, identify the number of teams (design, consultants and joint venture partners) they have managed over the past five years. 2) Key Personnel: Resumes for qualified personnel should be presented in Section E for the following key personnel. All key personnel shall be shown on the organizational chart. Key personnel in disciplines that are required to be licensed, registered, and/or certified include the following: architect, structural engineer, civil engineer, mechanical engineer, electrical engineer, fire protection engineer (registered with evidence of successful completion of Fire Protection Examination), geotechnical engineer, land surveyor, historical preservation engineer, and environmental engineer. Resumes shall be provided for other key personnel as follows: project manager, interior designer, cost estimator, and landscape architect. Registration or certification for all is encouraged. 3) Specialized Experience: Provide a description of germane, recent projects, with clients, for which the team members provided a significant technical contribution. Work on these projects must have been in the last five years. Indicate how each project is relevant to the work described herein. Describe the firms experience with the Specs Intact system. 4) Past Performance: Provide a tabular 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). These ratings should be dated 2002 or later and include the following data: current client contacts, project due date, design completion date and final cost estimate compared to the contract award amount (note whether bid or negotiated). 5) Capacity: Submit an organizational chart with the following submission: Principal point of contact, project manager, team leaders, and the name of each design team members, all team member associates, and the name of at least one alternative for each key person. 6) Location: Provide a list of recent projects performed by the firm or joint venture partners and appropriate subcontractors in the NAVFAC Midwest area of responsibility. At the selection interview, A-E firms slated for interviews must submit their Design Quality Assurance Plan (DQAP), including an explanation of the management approach, an organizational chart showing inter-relationship of management and design team components, specific quality control processes, a portfolio of design work (both new construction and upgrades to existing facilities), a listing of present business commitments and their required completion schedules, financial and credit references and performance references. Knowledge of locality as it pertains to design and construction methods of military project at Great Lakes Naval Station and the 16 state area of responsibility. 7) Commitment to small business: use of small business concerns as sub consultants. (note: small business firms must also address these criteria. All firms, regardless of size, will be evaluated on their commitment to small businesses). Demonstrate commitment and use of small business concerns as sub consultants on this contract. 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 large business firms must provide a brief narrative as to how your firm will meet the following small business subcontracting goals: Small Business (SB)25%; Small Disadvantaged Business 5%; Women-Owned SB 5%; HUB Zone 3%; Service-Disabled Veteran-Owned SB 3%; Veteran-Owned SB 3%;. 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 as part of the interview. NOTE: If a large business firm is selected for award, an acceptable subcontracting plan that reflects a minimum of subcontracting goals stated above must be submitted before price negotiations begin for contact award. 8) 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 design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. 9) Volume: Volume of work previously awarded to the firm by the Department of Defense. Interested firms must list in block 11 of the SF 330 the amount and dates of all DOD fees for A/E Services awarded and negotiated with awards pending between April 2002 and the present. The contract for the Naval Station, Great Lakes, Illinois, N40083-07-R-0020, is not expected to exceed $50,000,000 shall not exceed $10,000,000 per year, and shall not exceed $500,000 per project unless mutually agreed. The guaranteed minimum contract amount is $5,000. The duration of the contract will be for one year. The contract may be extended up to four additional years by options exercisable at the discretion of the Government. The contact may include additional ordering agents. The contract for the NAVFAC Midwest AOR, N40083-07-R-0021, will be for DoD installations and activities within the NAVFAC Midwest area of responsibility (IL, IN, WI, OH, MO, MI, MN, IA, ND, SD, NE, KS, KY, TN, OK, and AR). The total contract amount is not expected to exceed $25,000,000, shall not exceed $5,000,000 per year, and shall not exceed $500,000 per project, unless mutually agreed. The guaranteed minimum contract amount is $5,000. The duration of the contract will be for one year. The contract may be extended up to four additional years by options exercisable at the discretion of the Government. The contract may include additional ordering agents. SUBMITTAL REQUIREMENTS: Interested sources are invited to respond to this solicitation by indicating which contract your firm is interested in, or both, and providing one submittal package including an original SF 330, Parts 1 and 2, for the prime and an SF 330 for each subcontracted consultant proposed. As an attachment, provide an organizational chart of the proposed team showing the names and roles of all key personnel. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Provide evidence of your firm?s capability to accomplish the work within required time limits (usually nine weeks for the average projects plus Government review time). Demonstrate your firm?s ability to juggle workload and to manage a number of projects at one time such as would be required in an IDIQ contract. Show your ability to respond to multiple and varied assignments simultaneously in several states utilizing all the engineering disciplines required by the scope of work. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., state registration number. All respondents to this notice shall additionally include a narrative addressing their ability to adequately coordinate and accomplish all required engineering services for multiple projects described above in a multi-state area. In this narrative, the respondents shall identify specific expertise retained in-house and also services that would be subcontracted out. The submittal package must be received not later than 2:00 p.m. Central Time on May 18, 2007. The NAICS Code is 541310 and the Size Standard is $4.5M. Offerors must be registered in the Central Contractor Registration (CCR) database in order to participate in this procurement. Include contact name, phone number, fax number and email address on SF 330. Label lower right corner of outside mailing envelope with: A/E Services, N40083-07-R-0020 or N40083-07-R-0021, attention Ms. Katie Kuehn. Mailing address is: Commander, Naval Facilities Engineering Command, Midwest, 201 Decatur Ave, Building 1-A, Great Lakes, IL 60088-5600. Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. For additional clarifications and questions, please contact Katie Kuehn at (847) 688-2600, extension 103 or e-mail at katie.kuehn@navy.mil.
- Place of Performance
- Address: Great Lakes Naval Station, 201 Decatur Avenue, Great Lakes, Illinois
- Zip Code: 60088
- Country: UNITED STATES
- Zip Code: 60088
- Record
- SN01279537-W 20070425/070424014825 (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 |