Combine Solicitation – Waterfront Inspection Services, Region One (1) CONUS.
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Waterfront Inspection Services, Region One (1) CONUS.
Classification Code: C - Architect and engineering services
Solicitation Number: N39430-14-R-1421
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): EXWC ACQ71, NAVFAC Naval Base Ventura County1100 23rd Ave, Bldg 1100
Place of Performance (zipcode): 93043-4347
Place of Performance Country: US
Description:
Naval Facilities Engineering Command
NAVFAC EXWC Port Hueneme
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254s AND SF 255s WILL NOT BE CONSIDERED. THIS ACQUISITION IS RESERVED EXCLUSIVELY FOR 100% TOTAL SMALL BUSINESS SET-ASIDE. IT IS FOR ONE (1) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD CONTRACT WITH FIRM FIXED PRICE TASK ORDERS FOR ARCHITECT-ENGINEER (A-E) SERVICES for Naval Engineering and
Projects under the contract shall be awarded on individual task orders. The types of task order submittals may include, but are not limited to, inspection and condition assessment reports, engineering alternatives analyses and basis of repair/design reports, engineering calculations, engineering plans and specifications, construction cost estimates, seismic assessment, hydrodynamic analysis, soil borings/tests, and technical reviews. Additional products and services may include construction contract drawings using computer-aided design and drafting (CADD), per the A/E CADD Standard, and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS); Building Information Model (BIM) Modeling, Waterfront UNIFORMAT II classifications standard; contract bid analyses; post construction award services (PCAS); Title II inspection services; database design, construction and population; procedures and guidelines reports; static and dynamic structural analyses using finite element computer modeling; two and three-dimensional structure modeling and rendering; seismic vulnerability assessments, including use of finite element models and time history acceleration data for linear and/or nonlinear analyses of critical elements and development of retrofit schemes and nonlinear dynamic soil-structure interaction (SSI).
A waterfront facility is defined as any structure located on the waterfront, in connection with, or potentially in contact with, water or the marine environment. This would include inland structures that require underwater investigations. Waterfront facilities include, but are not limited to, piers, wharves, bulkheads, quaywalls, offshore towers, dams, levees, water control structures, instrument support structures, dry docks, moorings, underwater cables, or any similar structure. All waterfront facility assessments, including underwater inspections will be performed under direct control and supervision of registered professional engineer-divers. For each underwater assessment, one registered professional engineer-diver shall be appointed as the engineer-in-charge (EIC). That EIC shall dive at least 50% of the time, supervise the writing of the detailed inspection report, and write at least 50% of the detailed inspection reports. The other engineers on-site may write the balance of the inspection report. The EIC shall ensure that all field inspection operations, including diving, are performed in accordance with
The A&E firm/team shall have the capacity to support at minimum three simultaneous facility inspections while still meeting the requirements of the contract for prime contractor performance.
B: This synopsis will result in the award of a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for work to be accomplished in CONUS Region One (1). Each Task Order under this contract will be fixed price. Pricing information will be requested of the selected firm for each Task Order. The duration of the contract will be for one year from the date of an initial contract award (Base year), with four (4) additional one-year option ordering periods. The aggregate value of all Task Orders issued under the contract resulting from this solicitation shall not exceed
(1) PROFESSIONAL QUALIFICATIONS: Professional qualifications and technical competence of the personnel proposed for this contract. Professional qualifications include professional registrations and/or relevant technical certifications of the personnel assigned to the contract. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual personnel's experience. Qualifications for all diving personnel proposed for this contract shall include, but are not limited to, training certifications and medical certifications issued as required under Contract Diving Operations sections 30.A.06 through 30.A.10 of the
(2) SPECIALIZED EXPERIENCE: Specialized experience of the proposed team members. Specialized experience conducting waterfront inspections for government agencies and the ability to quickly mobilize worldwide. This criterion includes experience in the following areas: a) Design and engineering services for repairs of waterfront and ocean facilities, including feasibility studies. b) Structural condition assessments, including the use of destructive and non-destructive (NDT) techniques. c) Static and dynamic structural analyses, including seismic vulnerability assessments and vessel/structure interaction analyses of waterfront facilities using computer aided tools. d) Geotechnical investigations related to pile and gravity based foundations. e) Testing and evaluation of structural material samples. f) Evaluation of both impressed current and sacrificial anode type cathodic protection systems on waterfront and submerged structures. g) Preparation of waterfront facilities repair cost estimates, including Form DD1391. h) Design and engineering services associated with underwater instrument and cable arrays, including the use of horizontal directional drilling. i) Provide engineering submittals in electronic format(s). (Submittals include, but are not limited to: contract bid documents, inspection reports, three dimensional structure models and renderings. (3) SAFETY: (a) Submittal Requirements: The Offeror shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR and DART Rates shall not be submitted for subcontractors.)
(A) Experience Modification Rate (EMR) For the three previous complete calendar years (2011, 2012, 2013), submit your EMR (which compares your company's annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Any extenuating circumstances that affected the EMR and upward or downward trends should be addressed as part of this element.
(B) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate For the three previous complete calendar years (2011, 2012, 2013), submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the
(C) Subcontracting Safety Narrative Describe the plan that the Offeror will implement to evaluate safety performance of potential subcontractors, as a part of the selection process for all levels of subcontractors. Also, describe any innovative methods that the Offeror will employ to ensure and monitor safe work practices at all subcontractor levels. The Subcontracting Safety Narrative is limited to two pages. (b) Basis of Evaluation: The Government is seeking to determine that the Offeror has consistently demonstrated a commitment to safety and that the Offeror plans to properly manage and implement safety procedures for itself and its subcontractors. The Government's safety evaluation will collectively consider the following three elements for each offeror: (1) Experience Modification Rate; (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate; and (3) Subcontracting Safety Narrative.
(A) Experience Modification Rate (EMR) The Government will evaluate the EMR to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rating. Lower EMRs will be evaluated more favorably. For consistency, as a general guideline, the Government will use the table below to assist in evaluating the EMRs of the offerors. Risk EMR Very Low Risk Less than 0.6
(B) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate The Government will evaluate the OSHA DART Rate to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rates. Lower OSHA DART Rates will be evaluated more favorably. For consistency, as a general guideline, the Government will use the table below to assist in evaluating the DART rates of the offerors. Risk DART Rate Very Low Risk Less Than 1.0
(5) QUALITY CONTROL: A narrative of the firm's quality control methods outlining specific personnel (including their discipline/specialty) and procedures for above- water field inspections and diving operations, technical report preparation, structural assessments, analysis and design services is required for review. Of special interest are the QC processes in place that minimize the Governments effort to QA the firm's work product for errors, omissions, and quality.
(6) CAPACITY: Capacity to accomplish the work, including multiple task orders, in the required time. Submission Requirement: a) For each design team firm, list all current projects being designed in the design team firm's office with a current design fee of greater than
(7) LOCATION: Firm's experience working in diverse cultural and technical environments (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firm's access to and, to the extent feasible, demonstrated knowledge of the general geographical areas in which projects could be located. Indicate locations of firm's main offices, branch offices, and sub-consultants' offices. Describe and illustrate the team's knowledge and availability to meet project requirements on a worldwide basis. Firms will be evaluated with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction practices of the area of the contract.
(8) 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
Link/URL: https://www.fbo.gov/notices/66c141af9f78a670b84209bf39df473f
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 3044 |



Advisor News
- Wall Street executives warn Trump: Stop attacking the Fed and credit card industry
- Americans have ambitious financial resolutions for 2026
- FSI announces 2026 board of directors and executive committee members
- Tax implications under the One Big Beautiful Bill Act
- FPA launches FPAi Authority to support members with AI education and tools
More Advisor NewsAnnuity News
- Retirees drive demand for pension-like income amid $4T savings gap
- Reframing lifetime income as an essential part of retirement planning
- Integrity adds further scale with blockbuster acquisition of AIMCOR
- MetLife Declares First Quarter 2026 Common Stock Dividend
- Using annuities as a legacy tool: The ROP feature
More Annuity NewsHealth/Employee Benefits News
- How Will New York Pay for Hochul's State of the State Promises?
- As the January health insurance deadline looms
- Illinois extends enrollment deadline for health insurance plans beginning Feb. 1
- Virginia Republicans split over extending health care subsidies
- Illinois uses state-run ACA exchange to extend deadline
More Health/Employee Benefits NewsLife Insurance News