MODIFICATION
C -- Architectural and Engineering Services
- Notice Date
- 10/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- N00173-11-R-AT01
- Archive Date
- 2/1/2011
- Point of Contact
- Evangelina R. Toledo, Phone: 2027672842
- E-Mail Address
-
evangelina.toledo@nrl.navy.mil
(evangelina.toledo@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to answer questions from prospective offerors. 1. Question: Considering the geographical constraint of personnally reviewing the document, I request you to provide us the following details: a) list of items, schedule of requirements, scope of work, terms of reference, bill of materials required.; b) soft copy of the Tender Document through email; c) names of countries that will be eligible to participate in this tender; d) information about the Tendering Procedure and Guidelines; e) estimated budget for this purchase; f) Any extension of Bidding Deadline? and g) Any addendum or pre bid meeting minutes? Answer: There are no bids associated with this solicitation/request for proposal. All the information needed to prepare offerors proposal are provided in the solicitation posted on FedBizOpps. 2. Question: Is the term of the contract known at this time (beyond the base task order) and is there a total (maximum) amount you would envision for this contract? Answer: $500,000 is the maximum allowed to be issued against either contract. 3. Question: Is there an expected timeline to complete the work (either task order)? Answer: The current schedule is thirteen weeks including Government review. 4. Question: Would you anticipate awarding follow-on work that is of similar nature (energy audits or facility assessments) for the remainder of the lab area? Answer: Yes 5. Question: Are there incumbent(s) whose contract has recently expired and would be seeking re-award of this type of procurement? Would you share who the most recent selectees for similar contracts are please? Answer: The solicitation is open to all qualified respondents. The last time the work was done was over five years ago. 6. Question: Are you at liberty to share the position of the selection committee (their job titles/roles in the organization)? Answer: The selection committee will be composed of professionals working in facility management at NRL. 7. Question: Please clarify the number of copies required for this SF- 330 submission. Answer: Submission should be one original and one copy of SF-330. 8. Question: Please clarify the size/complexity of the project examples that you would like to see for firm's past project experience. Answer: The responding offeror should be able to demonstrate the ability to perform the work for the contract for which they wish to compete. While having some relevance, audits of homes, schools, and such are of less importance than audits of laboratories. 9. Question: Since the first contract is to deal with energy audits and assessment related to energy usage and water usage and will be looked at by the contractor, is the contractor for the second contract to include assessment, life expectancy, costs, etc for the MEP systems in your facilities with the scope of their services? Answer: There will be two contracts. Offerors are free to respond to either or both of the prospective contracts. Each audit should be complete and be able to stand on its own. The Government will then use the results of the audit to plan future work. This planning is not expected to involve the auditors. 10. Question: The solicitation seems to suggest that the first assessment of 1,000,000 square feet is to be completed within nine weeks. Is this correct? Answer: The current schedule is thirteen weeks with Government review. The schedule builds in four weeks of Government Review time. This review time is divided into periods after each submission but total four weeks for the entire Delivery Order. 11. Question: :What is meant/understood by "Pollution Prevention"? (Selection Criteria Para A, Specialized Experience) Answer: This is a standard requirement of the Federal Acquisition Register. While this is usually applied to Designers developing construction contracts, both audits represent ways to either reduce emissions and waste or to reduce the use of hazardous materials. 12. Question: What is meant/understood by "The use of recovered materials"? (Selection Criteria Para A, Specialized Experience) Answer: This is a standard requirement of the Federal Acquisition Register. This is usually applied to Designers developing construction contracts. The Facility Conditions Audit has opportunities to adaptively utilize materials that were previously used. 13. Question: What are the deliverables/energy software? Answer: The primary deliverable is the result and recommendations of the Audits. Other supporting documentation that is germane to the audit should be included. The energy software may be any commercially or publicly available software used for the purpose of analyzing the energy consumption of buildings. This will allow the Government to continue to model the energy usage of the buildings after the audit and to model proposed changes. The software will be capable of running on current personal computers running the current version of Microsoft Windows Operating System. 14. Question: Will hand delivered submission be accepted, if so what is the address for delivery? Also is there a page limit for this submission? Answer: Proposals may be hand delivered to the Contracting Office, Naval Research laboratory, 4555 Overlook Avenue, S.W. Washington DC 20375, Building 222, Room 115 between the hours of 8 AM until 4 PM, local time, excluding weekends and federal holidays. NRL is a controlled-access facility. Photo identification will be required. Report to Building 72, Visitor Control for access to NRL. After receiving a Visitor Pass, proceed directly to Building 222, Room 115, Contracting Office to deliver the proposal. All offerors shall allow sufficient time for delivery of their proposal to the Contracting Office prior to the closing date and time announced in the solicitation. Directions and additional information about NRL is available at http://www.nrl.navy.mil/content.php?P=PLANNINGVISIT. While there is no set limit on the number of pages to be submitted, a proposal that is not clear, concise, and coherent will not reflect well for the respondent. 15. Question: Can you please tell me how many copies of our submission you would like us to submit? And do you have any requirements for number of pages or font sizes? Answer: Please see answers to questions 7 and 14. 16. Question: If a large business is selected, will there be an expectation to include a small business plan and will there be corresponding small business goals? If yes, are there typical small business goals you assign at the Office of Naval Research that would apply here? Answer: The answer is Yes to all questions in number 16. 17. Question: Do you have a specific geographic area of extent in mind for the offeror's location? Answer: No.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/N00173-11-R-AT01/listing.html)
- Place of Performance
- Address: Naval Research Laboratory, Washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN02314731-W 20101023/101021234056-cda3f6d1820eca59fb1aed0e6677321c (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 |