Comment on the WBDG

We will send your comments, along with a link to this page, to the appropriate project members. Your information will not be kept in our records or used for any other purpose than to send the message. Fields marked with an * are required.

Name:*
Organization:*
Email:*
Message:*
Security Code:* 
(Please enter the code in  
the box provided. This
protects the form from
abuse.)  



Download this document

NAVFAC Design-Build Model Request for Proposal - Small Project Template

01 33 10.05 20 DESIGN SUBMITTAL PROCEDURES

1.1 Summary

This section includes requirements for contractor-originated design documents and design submittals.

1.2 Reference Standards

This RFP references published standards, the titles of which can be found in the Unified Master Reference List (UMRL) on the Whole Building Design Guide at the Unified Facilities Guide Specification (UFGS) Website.  The publications referenced form a part of this specification to the extent referenced.

The advisory provisions of all codes, requirements, and standards are mandatory; substitute words such as "must" or "required" for words such as "shall", "should", "may", or "recommended," wherever they appear. The results of these wording substitutions incorporate these code and standard statements as requirements.  Reference to the "authority having jurisdiction" is interpreted to mean Contracting Officer or Contracting Officer Representative.  Comply with the required and advisory portions of the current edition of the standard at the time of contract solicitation.

Provide work in compliance with the following design standards and codes, as a minimum. Government standards listed in this RFP take precedence over industry standards. The following list of codes and standards is not comprehensive and is augmented by other codes and standards referenced and cross-referenced in the RFP.  Refer to Parts 3 and 4 for specific requirements within other UFC's.

  1. U.S. Department of Defense (DoD) Unified Facilities Criteria (UFC)
  2. UFC 1-200-01 DoD Building Code (General Building Requirements)
    UFC 1-200-02 High Performance and Sustainable Building Requirements
    UFC 1-300-08 Criteria for Transfer and Acceptance of DoD Real Property
    FC 1-300-09N Navy and Marine Corps Design Procedures
    UFC 3-560-01 Electrical Safety, O&M
    UFC 3-600-01 Fire Protection Engineering
    UFC 3-810-01N Navy and Marine Corps Environmental Engineering for Facility Construction
  3. UFC 1-200-01

    UFC 1-200-01 DoD Building Code is a hub document that provides general building requirements and references other critical UFCs.  A reference to UFC 1-200-01 in the RFP document requires compliance with the Tri-Service Core UFCs. Refer to the UFC 1-200-01 for a complete list of all applicable Tri-Service Core UFCs at website location https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc.  Contractor-originated design documents must provide a project design that complies with the Request For Proposal (RFP), FC 1-300-09N, UFC 1-200-01, UFC 3-810-01N, the Core UFCs, and other UFC's listed above.

1.3 Design Requirements

  1. Provide design documents that include basis of design, design drawings and design specifications, reports and submittal register in accordance with FC 1-300-09N Navy and Marine Corps Design Procedures.
  2. Design is the work necessary to ensure functionality, quality, and safety for critical facets of the project.  Special coordination requirements such as for phone, LAN and cable, are included herein.
  3. Part 3 contains the project description, functional and performance requirements, scope items, and expected quality levels that exceed Part 4.  Part 4 identifies design criteria, verification requirements, and performance and quality requirements of products.
  4. Provide professional registration and design signing and stamping requirements per requirements of FC 1-300-09N Design Procedures.  Interior Designers must be NCIDQ certified per UFC 3-120-10 Interior Design.  The design effort must be overseen by a Design Quality Control (DQC) Manager who will ensure that the design meets the requirements of this RFP.  The DQC Manager will prepare a DQC Plan describing how the design process will ensure conformance to the RFP.
  5. Provide a Contractor-originated design specification that in conjunction with the drawings, demonstrates compliance with requirements of the RFP.  The specified products, materials, systems, and equipment that are approved by the DOR; submitted to the Government by the Contractor; and reviewed by the Contracting Officer must be used to construct the project.  Prescriptive specification sections contained in RFP Part 5 must become a part of the Contractor-originated specification without modification.  The Contractor must prepare design specifications that include a UFGS specification for each product, material, or system on the project.  Organize the specifications using Construction Specification Institute (CSI) MasterFormatTM.  Provide project specifications to include the following:
    1. Provide the specification cover sheet with the professional seal and signature of the lead licensed architect or engineer of the project design team. Indicate the Contractor's company name and address on the specification coversheet.
    2. Table of contents for entire specification.
    3. Individual UFGS specification sections for each product, material, and system required by the RFP. Edit UFGS sections in accordance with RFP Part 3 and 4.
    4. If proprietary information is provided or required, include a coversheets for the product, material, or system information that is being proprietarily specified. This information must comply with the related UFGS specification.
    5. If proprietary information is provided or required, include highlighted and annotated Catalog Cuts, Manufacturer's Product Data, Tests, Certificates, Manufactures information and letters for each product, material, or system that is being proprietary specified.
    6. Coordinated submittal register for all products, materials and systems with each design submittal. Provide a cumulative register that identifies the design and construction submittals required by each design package along with previous design submittals. The DOR must assist in developing the submittal register by determining which submittal items are required to be approved by the DOR. Complete all fields in the final submittal register in order to obtain Government approval of the final design.
  6. Identification of Manufacturer's Product Data Used as Specifications:  Provide complete and legible catalog cut sheets, product data, installation instructions, operation and maintenance instructions, warranty, and certifications for products and equipment for which final material and equipment choices have been made.  Indicate, by prominent notation, each product that is being submitted including optional manufacturer's features, and indicate where the product data shows compliance with the RFP. Attach this product data to the end of the applicable UFGS specification section that specifies the material.
  7. Specification Software:  Submit the final specification source files in either MS Word or SpecsIntact with a Submittal Register generated in Excel or SpecsIntact.
  8. Meet sustainability requirements per UFC 1-200-02 High Performance and Sustainable Building requirements and UFGS Section 01 33 29 Sustainability Requirements and Reporting.  UFGS Section 01 33 29 Sustainability Requirements and Reporting must be included in Part 5 of all project RFPs.
  9. [Submit design drawings or sketches, calculations and manufacturer's data to demonstrate compliance with contract requirements. The Contractor is encouraged to prepare design drawings more like shop drawings to minimize construction submittals.]

  10. NOTE:  Include requirements for telephone (NCTAMS) and LAN (NMCI)

    NOTE:  Specific information on which version of AutoCAD should be used is available via the following link: https://www.wbdg.org/ffc/navy-navfac/cad/navfac-design-information

    NOTE:  Provide specifics for design packages, such as where Contractor is to submit design packages (prior to/in place of over-the-shoulder review). Recommend Over-the-Shoulder Reviews jointly with Design-Build Contractor, DOR and major subcontractors in conjunction with progress meetings.

    NOTE:  Length of time provided to reviewers varies between over-the-shoulder review meeting and in-progress review meeting.

  11. [Provide [hard] [and] [electronic] copies of design submittal package to the following reviewers 21 calendar days to the in-progress review meeting. [All hard copy submittals must be on minimum 30% postconsumer fiber paper, and, when 11x17 or smaller, double-sided].
  12.     Deliverable FEAD/ROICC IPT PWO USER
      Design Development        
      Basis of Design        
      Half-size Drawings or Sketches        
      Outline Specifications        
      Finish Documentation Color Board _____ _____ _____ _____
      Calculations        
      Design Quality Control (DQC) Documentation        
      Final Design        
      Basis of Design        
      Half-size Drawings or Sketches        
      Specifications and Manufacturer's Cut Sheets        
      Finish Documentation Color Board _____ _____ _____ _____
      Quality Control Review - Drawings and Specifications        
      Completed Project Information Form (PIF) including Bid Schedule        
      Structural Interior Design (SID)        
      Preliminary FF&E        
      Calculations        
      Draft DD Form 1354        
      Facility Recognition Plaque - Design and Specification        
      Design Quality Control (DQC) Documentation        


    NOTE:  NAVFAC's policy is that the Contractor can begin construction after the design drawings are professionally signed and sealed.  Therefore, Government review of final design may happen simultaneously with the start of construction.  Identify below design submittals that are exceptions to this policy and require Government approval prior to the Contractor beginning construction.

  13. The final design submittal must be professionally signed and sealed by the DOR and forwarded to the Contracting Officer prior to the start of construction. Separated final design packages will only be considered for Government review and approval during the Post Award Kick-off Meeting. [  The following design submittals must be approved by the Contracting Officer prior to the start of construction:
         1.   [_____]
         2.   [_____] ]
  14. Submit Draft DD Form 1354. See section 01 33 00.05 20 for detailed requirements.

1.4 Order of Precedence

The contract consists of the solicitation, the approved proposal, and the final design. In the event of conflict or inconsistency between any of the below described portions of the conformed contract, precedence must be given in the following order:

  1. Any portions of the proposal or final design that exceed the requirements of the solicitation.
    1. Any portion of the proposal that exceeds the final design.
    2. Any portion of the final design that exceeds the proposal.
    3. Where portions within either the proposal or the final design conflict, the portion that most exceeds the requirements of the solicitation has precedence.
  2. The requirements of the solicitation, in descending order of precedence:
    1. Standard Form 1442, Price Schedule, and Davis Bacon Wage Rates.
    2. Part 1 - Contract Clauses.
    3. Part 2 - General Requirements.
    4. Part 3 - Project Program Requirements.
    5. Part 6 - Attachments (excluding Concept Drawings).
    6. Part 5 - Prescriptive Specifications exclusive of performance specifications.
    7. Part 4 - Performance Specifications exclusive of prescriptive specifications.
    8. Part 6 - Attachments (Concept Drawings).
  3. Within Part 3- Project Program Requirements Section 5.0 ROOM REQUIREMENTS provides detailed requirements on a room by room basis that further defines requirements that are in addition to the ENGINEERING SYSTEMS REQUIREMENTS SECTION.
  4. Government review or approval of any portion of the proposal or final design does not relieve the Contractor from responsibility for errors or omissions with respect thereto.

Previous Page