COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS
C -- INDEFINITE DELIVERY SERVICES FOR PROFESSIONAL PLANNING FOR AICUZ PRIMARILY IN THE SOUTHNAVFACENGCOM AREA OF RESPONSIBILITY
- Notice Date
- September 18, 2001
- Contracting Office
- Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, P. O. Box 190010, North Charleston, SC 29419-9010
- ZIP Code
- 29419-9010
- Solicitation Number
- N62467-01-R-0435
- Response Due
- October 23, 2001
- Point of Contact
- Debbie Ryan 843/820-5918
- Description
- One firm will be selected for this solicitation. This solicitation is UNRESTRICTED. The contract shall be for professional land and facilities planning services necessary in (but not limited to) the SOUTHNAVFACENGCOM area of responsibility. The primary work required under the contract shall include the application of sound land and facility planning principles, processes, analyses and regulations in the development and refinement of various planning components, such as: technical reports and studies; site investigation and selection; land use compatibility plans; project programming; and architectural/engineering consultation for repair, renovation and new facilities projects. More specifically, this could include, but is not limited to, Air Installation Compatible Use Zones (AICUZ), Naval Aviation Simulation Model (NASMOD) and Range Installation Compatible Use Zones (RAICUZ) plans, and related special studies; Installation Master Plans; Noise Studies and Noise Modeling, GIS mapping and site sustainability studies; and other related studies. Knowledge of the Navy's environmental planning system, and operational and encroachment issues specific to the development of Naval activities is also required. The selected firm must have proven competency in web-based technology and the electronic integration of graphic, narrative, pictorial, and tabular data. The demonstrated ability in electronic integration and visualization technology support is necessary for the computer-assisted planning applications that have been developed for Navy master planning components of Navy Regional Commanders, major claimant activities, Marine Corps, Navy Reserves, and other federal activities. The prime/team may be required to integrate these Navy planning components with NAVFAC's electronic planning and management applications, such as a planning management models that utilize graphic, narrative, pictorial, and tabular data. The contract will provide air operations impact planning support for the Southern Division, Naval Facilities Engineering Command, Charleston, SC primarily in the following states: AL, AR, CO, FL, GA, IL, IN, IA, KS, KY, LA, MI, MN, MS, MO, NC, ND, NE, OH, OK, SC, SD, TN, TX, WI, WY and the Bahamas. The firm/team may also, on occasion, be tasked to provide the services described herein at Government activities in various locations outside the SOUTHNAVFACENGCOM AOR. These actions will be decided on a case-by-case basis as approved by the contracting officer. It is anticipated that most work will be in the SOUTHNAVFACENGCOM AOR. This contract may use agreed-to fee schedules and may include additional ordering agents. The contract will be awarded as a firm fixed-price indefinite delivery, indefinite quantity contract not to exceed 365 days from the date of contract award. The Government reserves the option to extend the contract for two additional years (twelve months for each year or less than twelve months in the option years). There will be no future synopsis in the event the options included in the contract are exercised. The anticipated value of this contract is $4,500,000. The Government guarantees a minimum amount of $30,000 for the base year paid only once for the life of the contract. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of the A-E firms: 1. PROFESSIONAL QUALIFICATIONS: Technical competence by discipline (education, registration, and experience) of individual planning team members. 2. SPECIALIZED EXPERIENCE: Recent experience (within the past 5 years) of planning/design team members individually AND collectively as a total team (A-E, client, outside agencies) in performing air operations impact studies such as: a) AICUZ; b) RAICUZ; c) NASMOD; d) Site Planning using GIS, CADD or other type computer assisted planning systems; and e) Related planning studies and services. 3. PERFORMANCE: Past performance ratings by Government agencies and private industry with respect to work quality, innovation, performance, and compliance with schedules and cost control. 4. CAPACITY: a) Capacity of firm and project teams to accomplish multiple projects concurrently; and b) Ability to sustain the loss of key personnel while accomplishing the work within the required time limit. 5. LOCATION: a) Knowledge of local site conditions and applicable regulatory requirements; and b) Ability of the firm to ensure timely response for on-site support. 6. VOLUME OF DOD WORK: Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A-E firms, including small and small disadvantaged business firms and firms that have not had prior DOD A-E contracts. 7. JOINT VENTURES, TEAMING, OR SUBCONTRACTOR UTILIZATION: A-E firms will be evaluated on the extent to which they identify and commit to small businesses, small disadvantaged businesses (SBA Certified 8a), SBA Certified HUBZone businesses, and Historically Black colleges and universities or minority institutions in performance of the contract. The statutory Government-wide goals for the total value of all prime contract awards per fiscal year is 65% for SB, 12% for SDB, 5% for WOSB, and 1.5% for HUBZone businesses. In order to assist the committee to more efficiently review all applications, A SUMMARY OF EXPERIENCE AS SPECIFICALLY DEFINED IN CRITERIA 1 AND 2 (EXPERIENCE AND QUALIFICATIONS AND PROPOSED TEAM STAFFING AND DEPTH OF ADDITIONAL STAFF SUPPORT) IS REQUESTED AS PART OF OR IN ADDITION TO THE SF 255 AS FOLLOWS: 1. Summarize in descending order of significance, at least three of your most relevant projects for the type of the projects required under the experience category. For each of the presented projects give the following information where applicable: a) list the currently proposed team members who worked on the projects; and b) an owner point of contact with telephone number; 2. Summarize your proposed team in tabular form with the following data: a) firm name; b) individual name; c) if the individual is with a consultant firm, then state your work history with the individual and consultant firm; d) office assigned to (home or branch office); e) Professional Registration and date; f) assigned team responsibility; g) years with current firm, years with other firms; and h) percent of time committed to this team. 3. List the number of individuals in each discipline NOT assigned to the proposed team who could be used to augment the proposed team in, the event of loss of key personnel or failure to maintain schedules. 4. A-Es responding should prepare to provide their Quality Assurance Project Plan (QAPP) prior to selection interviews once a short list has been approved. The QAPP will include an explanation of the management approach; an organizational chart showing the inter-relationship of management and team components and specific quality control processes used. For consideration, provide ONE original (UNBOUND) SF255 and SF254 for the prime and one SF254 for each consultant proposed. The SF255 with attachments shall be limited to 25 pages (8.5 X 11", one sided), with print size not less than 12-pitch font. Every page that is not a SF254 will be included in the 25-page count. The submittal package must be received in this office not later than 4:00 P.M. EASTERN TIME on TUESDAY, 23 OCTOBER 2001. Submittals received after this date and time will not be considered. If additional firms are needed for consideration, SF254s already on file will be used. Offeror's must also be registered in the Contractor's Central Registration (CCR) in order to participate in this procurement. The website for CCR is http://www.ccr2000.com. Include telefax numbers and e-mail address in Block 3a, the DUNS number, Commercial and Government Entity (CAGE) Codes, if known, ACASS number and Taxpayer Identification Number (TIN) in Block 3. The DUNS, CAGE and TIN are discussed in the DOD FAR Supplement, Part 204 Subpart 204.72. NAICS (formerly SIC) is 541330 and Size Standard is $4M. Label lower right corner of outside mailing envelope with "A-E Services, 01-R-0435". This is not a request for proposal. Site visits will not be arranged during advertisement period. Submittals should be addressed to: Commander, Southern Division, Naval Facilities Engineering Command, 2155 Eagle Drive, North Charleston, SC 29406 (P.O. Box 190010, North Charleston, SC 29419-9010). ADDRESS ALL RESPONSES TO ATTN: CODE ACQ13fm.
- Record
- Loren Data Corp. 20010920/CSOL002.HTM (W-261 SN50X9C3)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on September 18, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|