Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER SERVICES FOR GOVERNMENT OF JAPAN (GOJ) FUNDED PROJECT, APRA HARBOR MEDICAL CLINIC, NAVAL STATION GUAM, U.S.A.

Notice Date
7/13/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274209R0010
 
Response Due
8/13/2009
 
Archive Date
11/13/2009
 
Point of Contact
Donna Matsuura, 808-471-2235; email: donna.matsuura@navy.mil or Melvin Yoshimura, 808-474-5406, email: melvin.yoshimura@navy.mil
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFCATIONS, IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. Engineering and Design Services are required for the 35% to Final Design of the Apra Harbor Medical Clinic, Naval Base Guam. This project encompasses the design of a new, single-level outpatient medical & dental facility to be constructed in the Apra Harbor area of Naval Base Guam. The facility will be constructed of reinforced concrete with slab on grade foundations. All components, including exterior walls, windows, roofing, mechanical and electrical systems shall be compatible with Guam's hot-humid climate and severe environmental conditions, including seismic and wind loading requirements. The facility shall be fully air-conditioned and shall be provided with emergency backup power to its electrical and data systems. Interior shall include administrative spaces; medical, mental health and dental clinic spaces, urgent care clinic, preventive medicine, ancillary services and required support spaces. Exterior site improvements shall include grading, utilities infrastructure (e.g. water, wastewater, storm drainage/retention facilities, electrical, telecommunications & data), landscaping, irrigation, on-grade parking, curbs, gutters and sidewalks (with non-slip surface). Parking shall be provided for patient & staff privately-owned vehicles, Government, and emergency vehicles. If asbestos or hazardous materials exist, the A-E contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The estimated construction cost of project is between $50,000,000 and $100,000,000. Architect-Engineer (A-E) services shall include, but are not limited to, preparation of plans, specifications, cost estimates, and other documents suitable for source selection and construction (for example, gross & net area tabulations, design analysis narratives, calculations, color rendering, Structural Interior Design, Comprehensive Interior Design, color boards with material & finish samples, Collateral Equipment Buy Package, Program for Design (PFD)/Space Program, equipment planning & category designation (Medical/Dental and Non-medical), transportation & materials handling system, waste management & categories, communication systems for health facilities, HVAC for health facilities, plumbing and medical gases, Title II Inspection, Post-Construction Award Services (PCAS), Operation & Maintenance Support Information (OMSI), as-built drawings, and other related work). A Concept Design to include concept drawings and site investigation data (topographic survey, geotechnical survey, hazardous material assessment & survey) are available and will be furnished to the selected A-E. The A-E selected under this solicitation will be required to maintain the concept design scope as it develops the design and produces documents required for source selection and construction, unless changes to the design are approved by the Government. The selected A-E will be the Designer of Record (DOR) and the design certifying authority. The project will be designed in accordance with the procedures and technical criteria contained in Unified Facilities Criteria (UFC) 4-510-01 Medical Military Facilities, which provides mandatory design and construction criteria for new construction in the DoD Medical Military Construction Program. NAVFAC Pacific currently uses the following software applications: WINDOWS XP Workstation, Microsoft Office 2003 Professional (Word 2003, Powerpoint 2003, Excel 2003, Access 2003, Project 2003), Adobe Acrobat 7.0 Professional, and AutoDesk's AutoCAD 2006. In accordance with the contract or task order statement of work, the contractor shall complete necessary tasks and submittals or submit various reports to the Government that are readily useable in these applications without further adjustments. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate their qualifications and the qualifications of each key consultant with respect to the published selection criteria for all services. Selection criteria 1 through 9 are listed below in descending order of importance. Specific selection criteria include: 1. Specialized Experience: Firm's demonstrated recent experience in design of medical and/or dental facilities of similar size, complexity and dollar value. List a maximum of five (5) relevant projects completed in the past ten (10) years which best describe experience in design of medical and/or dental facilities discussed above. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: Limit submission to not more than ten (10) key personnel. For each key personnel, explain the scope of their responsibilities in the proposed organization. Explain how the firm's organizational construct is most appropriate considering effectiveness and cost factors. a. Active U.S. professional registration or equivalent qualifications. Note: During contract execution, U.S. registration will be required for all engineers who approve designs. b. Past experience in design of medical and/or dental facilities of similar size, complexity and dollar value. Provide up to a maximum of five (5) relevant projects for each key person. 3. Past Performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, cost control, and cooperation and responsiveness. Firms should include any letters of commendation or awards. Firms will also be evaluated on performance evaluations obtained from the Architect-Engineer Contract Administration Support System (ACASS). 4. Available capacity and ability to perform the work in the required timeframe of approximately 9 months from date of award. 5. 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 U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System or equivalent. Identify examples indicating design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. 6. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. List responsible key personnel. 7. Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZoneSB), historically black college or university and minority institution (HBCU/MI) and veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. Identify each subconsultant by name, discipline and size status and also identify, in terms of dollar values and percentage of total proposed price, the extent of work you will perform as the prime contractor. NAVFAC's FY09 subcontracting targets in terms of percentages of total subcontract effort are: SB - 65%; SDB - 16.18%; WOSB - 14.53%; HUBZone SB - 1.42%; VOSB - 3%; and SDVOSB - 3%. An Offeror's proposed goals will also be evaluated against the total value of its proposal. Firms not intending to subcontract and/or not meeting the respective SB goals should provide a detailed explanation why subcontracting would not result in efficient contract performance. In order to receive proposal evaluation benefit as HUBZone SB either as prime or subconsultant, proposed HUBZoneSBs must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subconsultant is a certified HUBZone by accessing the Central Contractor Registration (CCR) at www.ccr.gov. 8. Firm's location in the general geographical area of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. 9. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by the Department of Defense (DOD) within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. For selection criteria (1) and (2), firms and staff with only medical or only dental facility design professional qualifications or specialized recent experience/technical competence will be considered less favorably than firms and staff with both medical and dental facility design qualifications and experience/technical competence. In addition, the following medical and dental facility projects will be considered more favorably: DoD medical and dental facilities designed in accordance with Medical Military Facilities design criteria (UFC 4-510-01) or other military medical and dental facilities; and medical and dental facilities designed for tropical environments similar to Hawaii, Guam and the Pacific Ocean areas. The intent is to ensure quality of design and construction and thereby extend the economic life of shore facilities in an environment considered aggressive because of constant sun, rain, salt, and humidity; frequent high winds, wind-blown sand and salt spray; tsunamis, floods, earthquakes, lightning storms, and other detrimental environmental aspects. Tropical environments are considered to occur in the tropical region, which is considered to cover a broad band of the earth's surface bordering the equator from the Tropic of Capricorn to the Tropic of Cancer. Include the following items in Section H, Block 30 of the SF 330: (1) a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria, (2) 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, (3) your DUNS, CAGE, and TIN numbers, and (4) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Estimated award timeframe is December 2009/January 2010. This proposed contract is being solicited on an unrestricted basis. 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 at http://www.ccr.gov. The Federal Acquisition Regulations (FAR) will require the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Offerors are required to complete the ORCA on-line via website http://orca.bpn.gov. Refer to FAR 52.204-8 Annual Representations and Certifications (Jan 2006). Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. Large Business firms who are short-listed will be required to submit a subcontracting plan as part of the interview. The selected A-E firm may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within twenty days of the meeting. The contract will require that the selected A-E firm have e-mail and Internet on-line access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. The SF 330 shall be submitted in two (2) separate volumes. Volume I shall contain Part I of the SF 330 (Contract-Specific Qualifications) and Volume II shall contain Part II of the SF 330 (General Qualifications), letters of commendation and/or awards. The printed format for both Volumes shall be in an 8-1/2" x 11" paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and one-sided. Volume I shall be limited to 200 pages including photographs and/or drawings. All pages exceeding the 200-page limitation for Volume I will not be considered. Page numbers must be shown on each page in Volume I with the exception of Title Sheets, Table of Contents, Organization Chart, and Tabs. Any information/pictures contained on the tabbed sheets will not be considered for evaluation. Volume II is not subject to a page limitation and does not need to be numbered. Except for the Organization Chart, sheets larger than 8-1/2" X 11" including fold-out sheets will not be accepted. Double-sided pages will be counted as two pages. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Responses are due to later than 2:00 p.m. Hawaii Standard Time (HST) on August 13, 2009. Send responses to the following address: Commander, Code NAVFAC PAC ACQ13 (A-E Solicitation No. N62742-09-R-0010), Attn: Mailroom (MS2), NAVFAC PACIFIC, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. This address is for all deliveries, including US Mail, courier service and/or personal delivery services. Late responses will be handled in accordance with FAR 52.215-1. The delivery address is inside a military installation; therefore, strict security measures are in force and delays should be anticipated. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit two (2) paper copies of Volume I, one (1) paper copy of Volume II, and one CD electronic copy of both Volumes. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. Offerors are advised that by submission of their Standard Form (SF) 330, Architect-Engineer Qualifications, they are consenting to the information in their SF 330 being released to officials of the Government of Japan who may be observing the slate/selection process. All questions should be submitted in writing and forwarded via e-mail to Donna Matsuura, donna.matsuura@navy.mil, AND copy to Melvin Yoshimura, melvin.yoshimura@navy.mil, as soon as possible but no later than July 28, 2009 Questions submitted after July 28, 2009 may not be addressed due to time constraints. All potential offerors are advised to check daily the NECO website, https://www.neco.navy.mil/, or Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274209R0010/listing.html)
 
Record
SN01873534-W 20090715/090713235743-d2f9b3feb1e75a6e54380a5e1ca6d0eb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.