SOLICITATION NOTICE
C -- Indefinite Quantity Contract for Architectural and Planning Services in Support of Projects at Public Works Department Maine Area of Responsibility, (ME, NH, MA, RI, VT, NY).
- Notice Date
- 1/18/2011
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC, ROICC PORTSMOUTH Building 59 Code 495 Portsmouth Naval Shipyard Portsmouth, NH
- ZIP Code
- 00000
- Solicitation Number
- N4008511R0503
- Response Due
- 2/17/2011
- Archive Date
- 3/31/2011
- Point of Contact
- Diane E. McKenzie 207-438-1053
- E-Mail Address
-
diane.e.mckenzie@navy.mil
(diane.e.mckenzie@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. The Naval Facilities Engineering Command, Mid-Atlantic, Public Works Department Maine is requesting Architectural qualifications from interested parties for an Indefinite Delivery/Indefinite Quantity Contract for various projects primarily at Portsmouth Naval Shipyard, Kittery, Maine, and possibly within the Area of Responsibility, (AOR), from Limestone, ME to Bronx, NY. Projects will require complete architectural and planning services for various facilities construction projects at 16 facilities throughout the northeast. Additionally, projects will require multi-disciplinary efforts as necessary to deliver a complete and usable design to the government. The scope of individual task orders can vary extensively and may include investigatory and design services for a variety of occupancy types including business, industrial, storage, assembly, hazardous and residential. Additional services include historical studies and documentation in accordance with Section 106 of the National Historical Preservation Act, (NHPA), sustainable design services, facilities master planning, project planning services and construction inspection services. The target construction costs on each of these design projects can range in magnitude from $100,000 to $15,000,000. Work consists of furnishing all architectural services to perform complete Title 1A investigatory, Title 1B design, Title II construction inspection services and other services. These include but are not limited to: studies, reports, renderings, presentation boards, site investigation with building field survey, complete design drawings and specifications, cost estimates, economic analysis, energy analysis, and construction phasing. SIGNIFICANT EVALUATION FACTORS (in order of importance): The architectural firm must demonstrate their and each key consultant ™s qualifications with respect to the following evaluation factors for all services. 1. CORPORATE EXPERIENCE: Corporate experience of the firm with respect to similar level and types of project work as that are anticipated by Public Works Department Maine in the next five years. Anticipated projects are primarily new building design, major, complete building renovations, building envelope repairs, retrofits, energy saving projects, (LEED, Energy Star, etc.), planning and feasibility studies, and master planning. 2. SPECIALIZED EXPERIENCE: Specialized experience of the individual members of the firm with respect to similar level and types of project work as that are anticipated by Public Works Department Maine in the next five years as defined above, and including where appropriate, a) experience in sustainable design and energy conservation, pollution prevention, waste reduction, and the use of recovered materials; b) experience in historic preservation as prescribed in Section 106 of the NHPA, and the Secretary of Interior ™s standards for Historic Preservation; c) demonstrated experience and capability to create and work with contract drawings in AutoCad 2004 or higher. 3. PROFESSIONAL QUALIFICATIONS: Firms shall indicate professional licensure and state, licensing should be in one of the following states, ME, NH, MA, RI, VT, or NY. Firm shall indicate industry related certifications such as LEED Accredited Professionals, Certified Energy Manager, etc. 4. CAPACITY: Capacity to accomplish the work in the required time and the ability to adhere to schedules. Provide current workload and total workload capability of individuals listed in item 2a and 2b above. Literature should be included to demonstrate the firm ™s ability to meet scheduled deadlines. This will allow the government to determine the availability of experienced personnel during performance period of the contract as well as the capacity to accomplish the work required. 5. PAST PERFORMANCE: Past performance on contract with a) private industry and government agencies in terms of cost control, quality of work, and compliance with performance schedules; b) volume of work awarded by the Department of Defense, (DOD), in the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including firms that have not had prior DOD contracts. References and literature on past performance should be included. 6. QUALITY CONTROL PROGRAM: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and coordination of environmental, planning, design and architectural services. 7. FIRM LOCATION: Firms will be evaluated for close proximity in a) the AOR, i.e., ME, NH, MA, RI, VT, or NY area of the anticipated projects, b) knowledge of local site conditions and applicable regulatory requirements, and c) ability of the firm to ensure timely response to requests for on-site support. 8. CONSULTANTS: List consultants routinely used in multi-disciplinary project delivery. The firm shall demonstrate a current, successful relationship with consultants from each of the major disciplines used in traditional project delivery, i.e., (civil, geotechnical, structural, MEP, fire protection, asbestos testing, etc.) This will be an Indefinite Quantity, Firm-Fixed Price Contract, with an estimated start date of April 2011. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial task order, the maximum value of the contract, including all options is $5,000,000.00. The duration of the contract will be for one (1) year from the date of initial contract award with two (2) additional one year option periods. 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 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. THIS PROPOSED CONTRACT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE; THEREFORE REPLIES TO THIS NOTICE ARE REQUESTED FROM SMALL BUSINESS CONCERNS ONLY. The small business size standard classification is NAICS 541310 ($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. SUBMISSION REQUIREMENTS Architect firms meeting the requirements described in this announcement are invited to submit a completed SF330, no later than 4:00 p.m. EST on February 17, 2011 to the address shown below in this announcement. If the SF254/SF255 is submitted for this solicitation, it will not be reviewed or considered. Interested firms are required to submit one (1) original and four (4) copies of completed form SF330 to address shown below in this announcement. Part I “ Contract-Specific Qualifications is limited to 50 pages. There is no limit on Part II “ General Qualifications. Part II is required for each branch office of the prime firm and any subcontractors that will have a key role in the proposed contract. Double sided pages shall be counted as two pages. The SF330 should be typed and shall use a type pitch that is no smaller than a standard eleven-point font type, with the exception of charts, graphs, or tables, which shall use a pitch no smaller than 10-point. 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. Organization chart will not be subject to the page limitation set forth above. Any pages in excess of the 50 page limit on Part I will not be included in the evaluation process. Please include your DUNS, CAGE, and TIN numbers in Section H, Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the profession of architecture, i.e., state registration number. The following is the solicitation number for which you may apply and this information must appear on the outside of your submission: Solicitation N40085-11-R-0503. Responses should be sent to the following address: Mailing Address: Portsmouth Naval Shipyard, Public Works Department “ Maine (ATTN: Diane E. McKenzie, Bldg. 59); Portsmouth, New Hampshire 03804-5000. Late responses will be handled in accordance with FAR 52.215-1 Instructions to Offerors “ Competitive Acquisition (Jan 2004). Hand carried responses will not be accepted. Electronic (email, facsimile, etc.) submissions are not authorized. Inquiries concerning this announcement should include solicitation number and title, and must be in writing, i.e., email to contract specialist, diane.e.mckenzie@navy.mil. No material will be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62472NH/N4008511R0503/listing.html)
- Place of Performance
- Address: Portsmouth Naval Shipyard
- Zip Code: Public Works Department - Maine, Portsmouth, NH
- Zip Code: Public Works Department - Maine, Portsmouth, NH
- Record
- SN02361916-W 20110120/110118234129-512656d3bfc157cce201a4393583189b (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 |