Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2008 FBO #2411
SOLICITATION NOTICE

C -- Engineering and Design Services for the installation of a Controlled Industrial Facility.

Notice Date
7/1/2008
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008508R9666
 
Response Due
8/5/2008
 
Archive Date
8/20/2008
 
Point of Contact
Lynn M. Tanno 757-322-1009
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NON-RESTRICTED REQUIREMENT 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. Engineering and Design Services are required for the installation of a Controlled Industrial Facility at the Norfolk Naval Shipyard, Portsmouth Virginia. The work for this project shall include but not be limited to: Demolition of Drydocks 6 and 7, Building 1568, Dockside Work Center and a portion of Building 1475, the Controlled Industrial Facility structure will be a high bay concrete/structural steel building with heavily reinforced concrete floors and special foundation areas for equipment, column footings and concrete shielding walls. The building will also include an elevator, asphalt and concrete paving, HVAC, an open steel truss roof system, 50 ton bridge crane, fire protection, intrusion detection systems (IDS), security fencing, and associated two-story support area. Anti-Terrorism / Force Protection and Sustainable design will be integrated into the design development, and construction. This project is part of the NAVFAC FY10 Milcon program and construction award is planned for FY 10 2nd Quarter.Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, Design/Bid/Build plans and specifications, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), sustainable engineering design practices, and construction inspection and engineering consultation services during construction. 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; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, and drawings in AutoCAD format utilizing the National CADD Standards format with NAVFAC (Location) required modifications. Firms will also be required to provide documents in pdf format. Final documents will require electronic signature using the Navy's DeSign signature software. The contract requires that the selected firm have on-line access to web based support programs and E-mail via the Internet for routine exchange of correspondence. As defined by paragraph 1-6 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A/E must demonstrate his and each key consultant's qualifications with respect to the published selection criteria for all services. Selection criteria (1) through (6) are of equal importance; criteria (7) and (8) are of lesser importance and will be used as tie-breakers among technically equal firms. Specific selection criteria include: 1. Specialized Experience: (a) Past experience with regard to the design of the types of services listed above. (b) Knowledge of local codes, laws, permits and construction materials and practices of the contract area. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: (a) Active professional registration. (b) 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. (c) Capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (d) Organization and office management as evidenced by management approach (management plan for this contract), and personnel roles in the organization. 3. 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. 4. Ability to meet the schedules and capacity 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 and the ability to meet the schedules.5. 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. 6. 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. 7. Firm location (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract).8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small disadvantaged business firms that have not had prior DOD contracts. 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, 5 August 2008. Responses should be sent to the following address for FedEx, UPS, or other delivery services: Attn: Lynn M. Tanno, 9324 Virginia Avenue, Building Z-140, Room 320, Norfolk Virginia, 23511-3095.Responses utilizing the U.S. Postal Service (USPS) should be sent to the following: Attn: Lynn M. Tanno, 9742 Maryland Avenue, Norfolk, VA 23511-3095.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. THIS IS NOT A REQUEST FOR PROPOSAL. Inquiries concerning this project should include solicitation number and title.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e34a85c9d7209e7a170c62fef54d8b3d&tab=core&_cview=1)
 
Record
SN01605384-W 20080703/080701222621-e34a85c9d7209e7a170c62fef54d8b3d (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.