Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOLICITATION NOTICE

C -- NOTICE OF INTENT TO CONTRACT for Indefinite Delivery Indefinite Quantity Contract for Architectural Design and Engineering Services for Projects located throughout the Naval Facilities Engineering Co

Notice Date
4/6/2010
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N6247010R5025
 
Response Due
5/5/2010
 
Archive Date
5/20/2010
 
Point of Contact
Danyiele Peterson (757) 322-8365 Maureen Hoesly (757)322-4421
 
E-Mail Address
danyiele.peterson@navy.mil
(danyiele.peterson@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This UNRESTRICTED Procurement is for an Indefinite Delivery Indefinite Quantity Contract for Engineering and Design Services for design Projects located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide. Services performed will be for secure and non secure sites and a variety of facilities, some of which relate to critical, secure operational facilities and supporting infrastructure, and other general facilities. Services are often mission-critical and time-sensitive. Thorough knowledge and understanding of Director of Central Intelligence Directive 6/9 (DCID 6/9) is required. Most of the work to be accomplished will be in areas where classified TOP SECRET (TS) operations are conducted. It is mandatory that the Contractor maintain a balanced work force cadre of cleared TS personnel in the following disciplines Architecture, Civil, Structural, Mechanical, Electrical and Fire Protection engineering to work in such areas. The Contractor must furnish a list, with resumes, of key personnel, identified by discipline, possessing a final TS security clearance based on SSBI completed within the last five years with their proposal. All contractor personnel performing under this contract shall be required to execute a Standard Form 312, Rev 1091, entitled "Classified Information Nondisclosure Agreement", prior to beginning work. All contractor personnel working under this contract shall be U.S. Citizens. The Contractor's security clearances shall be verified by the NAVFAC Security Officer prior to award of this contract and shall be further provided to the user's security manager by the Contractor's security officer prior to commencement of any delivery order. The type of design projects expected to be performed under this contract include, but are not limited to: Administration Buildings, Security Buildings, Communication Facilities, alterations, rehabilitations, modifications, minor/major repair, utility system upgrades, critical power distribution systems, shielding, complex security systems, physical security, force protection, and communications network planning in support of the Department of Defense and associated agencies and associated work. Performance under this contract may require the contractor to access data and information proprietary to a government agency, another government contractor, or of such nature that its dissemination or use, other than as specified in the Statement of Work, would be adverse to the interests of the government or others. Neither the contractor nor contractor's personnel shall divulge or release data or information developed or obtained during performance of this contract, except to authorized personnel or upon written approval of the contracting officer. The contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as specified in this contract, or any information at all regarding any agency under this contract. Disclosure of information regarding operations and services of any agency not entitled to receive it and failure to safeguard any classified information that may come to the contractor (or any person under the contractor's control) in connection with the work under this contract may subject the contractor, contractor's agent, or employees to criminal liability under Title 18, Sections 793 and 798, of the United States Code (U.S.C.). Neither the contractor nor the contractors' employees shall disclose or cause to be disseminated any information concerning the operations of any agency which could result in, or increase the likelihood of, the possibility of a breach of agency's security or interrupt the continuity of its operations. The contractor shall direct to the contracting officer all inquiries, comments, or complaints arising from matters observed, experienced, or learned as a result of or connections with, the performance of this contract, the resolution of which may require the dissemination of official information. The contractor shall not release any information, including photographs, files, public announcements, statements, denials, or confirmation on any part of the subject matter of this contract or any phase of any program hereunder without authorized prior written approval of the contracting officer. The contractor shall not release information regarding individuals without authorized prior written consent of the contracting officer. All documents showing individuals' names or personal information, including Social Security Numbers, shall be controlled and protected. The provisions of the Privacy Act of 1974, Public Law 930579, 5 U.S.C., section 552a, shall apply. All deliverables under this contract shall be considered to have a minimum security classification of Unclassified/For Official Use Only. At the conclusion of any task order issued under this contract, the contractor will, upon request of the Government, destroy or return to the Government any data or information used or developed in performance of that Task Order. Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, Design-Build RFPs, plans, specifications, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), Commissioning, 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. Firms will also be required to provide documents in PDF format. Most projects require design in the metric system. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant. Also, in accordance with UFC 3-120-10, the services of a practicing, certified or registered interior designer will be required for this contract. The Government will reserve an option to negotiate Design-Build RFPs, final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) through (3) are considered most important and equal among themselves, Factors (4), (5) and (6) are of slightly less importance and equal among themselves, and Factors (7), (8), and (9) are of lesser importance, equal among themselves, and will be used as tie-breakers among technically equal firms. Specific evaluation factors include: 1. Specialized Experience: 2. Professional Qualifications and Technical Competence of the Individual Design Team Members3. Past Performance 4. Sustainable Design5. Workload Capacity 6. Quality Control Program: 7. Firm location8. Volume of Work9. Small Business Subcontracting Effort (1) Specialized Experience - Firms/teams will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract, and knowledge and understanding of Director of Central Intelligence DCID 6/9.(a) experience with regard to design of similar types of facilities;(b) experience with multi-phased design and construction programs; (c) experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, and NAVFAC Guide Specifications; (d) experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals). Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years. The format for the projects shall included: Point of contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, award contract value, current contract value. In addition, discuss how listed projects demonstrate the required experience. Projects shall be submitted on the SF330. For submittal purposes, a task order on an IDIQ contract is considered a project. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for each joint venture partner, not to exceed a total of five (5) projects. (2)Professional Qualifications and Technical Competence of the Individual Design Team Members - Firms/teams will be evaluated in terms of the qualifications, including security clearance, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Failure to provide a balanced workforce cadre of cleared TOP SECRET personnel in the following disciplines - Architecture, Civil, Structural, Mechanical, Electrical and Fire Protection engineering - will result in the firm being considered not qualified. Submission requirements: Firms/teams should include the following: (a) List names of staff to be assigned to this contract. Provide the following for each person: final TS security clearance based on SSBI completed within the last five years, professional registration (if applicable), role expected to play in this contract, and roles they played in the projects addressed in Evaluation Factor 1 (if applicable). Differentiate between planning and design experience. (b) Provide an organization chart of the firm and indicate the management plan for this contract and personnel roles in organization, in particular, management's approach/plan to engage and utilize in-country consultants to assure that design is compatible with in-country materials, standards and codes, and in-country construction practices. (c) Resumes for key personnel are limited to (1) page each and should cite project specific information and role in the contract. (d) Offerors shall submit a separate document that lists the full name(s), date(s) and place(s) of birth, citizenship, and social security number(s) of staff to be assigned to the contract in order to verify TS security clearances. This separate document shall be wrapped in a sealed envelope that is addressed to NAVFAC Atlantic Security Officer and submitted with the proposal. All documents showing individual's names or other personnel information including Social Security Numbers shall be controlled and protected. The provisions of the Privacy Act of 1974, Public Law 93-579, 5 U.S.C., Section 552a shall apply. Failure to provide a balanced workforce cadre of cleared TS personnel in the following disciplines Architecture, Civil, Structural, Mechanical, Electrical and Fire Protection engineering will result in the firm being considered not qualified. (3)Past performance: Firms/teams will be evaluated on past performance with respect to work quality compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Points of contact provided in other criteria may be contacted. A proposal with no record of past performance information shall be evaluated neither favorably nor unfavorably. Submission requirements: Firms/teams should include any letters of commendation or awards. In evaluating past performance, the Government may consider information provided by the firm, customer inquiries, Government databases including but not limited to PPIRS, and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. (4)Sustainable Design: Firms/teams will be evaluated in terms of their knowledge and 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. Submission requirements: Describe the offeror's knowledge of and experience with the LEED program, the use of recovered materials, and sustainable principles and concepts. Identify examples indicating concepts employed, LEED certification awarded, and LEED Certified Professionals proposed for this contract. (5)Workload Capacity: Firms/teams will be evaluated on ability to perform the work to schedules and capacity to accomplish two (2) tasks simultaneously. Capability to provide qualified backup staffing for key personnel to ensure continuity of service and ability to surge to meet unexpected project demands. Submission requirements: Show current and projected workload with a plan and schedule to accomplish the work. Discuss impact of this workload on design staff's projected workload during the contract period. Discuss capability to accomplish two tasks simultaneously and to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (6)Quality Control Program: Firms/teams will be evaluated on the demonstrated success of the Quality Control (QC) program used to ensure technical accuracy and discipline coordination of plans and specifications. Submission requirements: Address QC program and success of that program; describe how the prime firm ensures quality consistently across the team, including subcontractors. Briefly describe internal quality assurance procedures. List key personnel responsible for the QC program. (7)Firm Location (provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract): Firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. Due to the worldwide coverage of this contract, offices in multiple locations would be considered an advantage. Submission requirements: Indicate firm's location, including main offices, brand offices and sub-consultants' offices. (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 and small disadvantaged business firms and firms that have not had prior DoD contracts. Please indicate the amount of work awarded to the firm by DoD within the past 12 months; joint ventures (JV) should list the amount awarded to the JV entity as well as the amounts awarded to individual JV members for that time period. Submission requirements: Provide a list of DoD contracts awarded within the past 12 months. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. (9)Commitment to Small Business: (To be addressed by all firms, including small businesses). Firms will be evaluated in terms of their extent to identify and commit to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on past performance in utilization of small business concerns, and participation of small business concerns for this requirement. Submission requirements: In support of past performance in utilization of small businesses, all offerors shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB and HBCU/MI. Large Business offerors shall submit three "final" or "most recent" Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. If subcontracting goals were not met, provide an explanation. If Individual Subcontracting Reports were not applicable to the similar contracts noted, large business offerors shall submit other documentation which shows their utilization of the various types of small business firms for the contracts. Small Business offerors shall also submit documentation which shows their utilization of the various types of small business firms for similar contracts of relative size. In support of participation of small business concerns for this requirement, large businesses shall submit a draft Small Business Subcontracting Plan, in which they 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 the Naval Facilities Engineering Command goals for FY2010 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) - 65.65%, HUBZone (HUB) - 1.37%, Small Disadvantaged Businesses (SBD) - 16.27%, Women-Owned Small Businesses (WOSB) - 14.68%, Veteran Owned Small Businesses (VOSB) - 3%, and Service Disabled Veteran-Owned Small Business (SDVOSB) - 3%. If a large business firm is selected for award, a Small Business Subcontracting Plan in accordance with FAR 19.6 and DFARS 219.7 will be required and incorporated into the contract award. A draft Small Business Subcontracting Plan is not required from small business offerors; however, small business offerors shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZone SB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. The Small Business size standard classification is NAICS 541310, Architectural and Engineering Services, size standard $4,500,000.00. The attached Small Business Subcontracting Plan template shall be used by large business offerors to complete the draft subcontracting plan. Firms shall submit their "draft" Small Business Subcontracting Plans utilizing this template, and only this template. 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. 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 guaranteed minimum is established at $10,000.00 for the entire contract term (including option years). The combined total amount that may be paid under the contract (including option years) will not exceed $15,000,000.00 for the entire contract term (including option years). The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the Government subject to the workload and/or satisfaction of the A&E's performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. Type of contract: Firm Fixed Price Indefinite Delivery Indefinite Quantity Contract. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. This is NOT a Request for Proposal. SUBMISSION REQUIREMENTS: Architect-Engineer firms that meet the requirements described in this announcement are invited to submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 pitch font or larger. Part I shall not exceed 75 single-sided 8.5 x 11 inch pages. Introductions shall be included in Sections E and F. 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 profession of Architecture or Engineering, i.e. State registration number, a brief explanation of the firm's licensing in states that do not register firms, etc. Interested firms shall submit six (6) hard copies of the SF-330 and six (6) CDs to Naval Facilities Engineering Command, Atlantic, Code ACQ3, Attn: Danyiele Peterson, 6506 Hampton Blvd., Norfolk, VA 23508. Responses are due no later than 5 May 2010 at 2:00 pm local time (EST). Late responses will be handled in accordance with FAR 52.215-1. Hand-carried or electronic responses will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247010R5025/listing.html)
 
Record
SN02113499-W 20100408/100406234701-0115cf48f579444cbed472232db4b840 (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.