SOLICITATION NOTICE
C -- Notice of Intent to Contract for a Multiple Award Indefinite Quantity Contract for Architectural Design and Engineering Services for Projects located throughout the Naval Facilities Engineering Comma
- Notice Date
- 10/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247009R9034
- Response Due
- 11/6/2009
- Archive Date
- 11/21/2009
- Point of Contact
- Jim Kanash (757)322-8233 Blake Wittmann, (757) 322-8123e-mail: Blake.Wittmann@navy.mil
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- This UNRESTRICTED Procurement IS FOR a Multiple Award Indefinite Quantity Contract for Engineering and Design Services for design Projects located throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide. Projects will be in the primary area of the NAVFAC EURAFSWA AOR in Europe, Africa, and Southwest Asia; however, Contract Task Orders may be placed for work on any DoD Activity worldwide. Up to three Indefinite Quantity Contracts will be awarded as a result of this competition. The type of design projects expected to be performed under this contract include, but are not limited to: Administration Buildings, Religious Facilities, Community Buildings, Dining Facilities, Recreational Facilities, Security Buildings, Child Development Centers, Bachelor Quarters, Navy Lodges, Airfield Facilities, Waterfront Facilities, Operational Facilities, Base Housing, Water Treatment Facilities and associated work, and Utility System upgrades. Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, Design-Build RFPs, plans, specifications, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, interior space planning/design, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), Commissioning, and construction inspection and engineering consultation services during construction. The DD Form 1391 documentation is prepared in the Navy's Electronic Procurement Generator (EPG) and includes cost valuation surveying, concept sketches, site sketches with utility points of connections; and may require enhancement of previously prepared basic documentation, including economic analysis and recommendations for potential utilities impacts and sustainable features. Firms are required to prepare cost estimates utilizing the SUCCESS estimating system in Work Breakdown Structures (WBS), specifications in the SPECSINTACT program, and drawings in AutoCAD format. Firms will also be required to provide documents in PDF format. Most projects require design in the metric system. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or consultant. Also, in accordance with UFC 3-120-10, the services of a practicing, certified or registered interior designer will be required for this contract The Government will reserve an option to negotiate Design-Build RFPs, final plans, specifications, cost estimates, related studies, all associated engineering services, and all post construction award services for all projects. The A&E must demonstrate his and each key consultant's qualifications with respect to the published evaluation factors for all services. Evaluation Factors (1) and (2) are considered most important and equal among themselves; factors (3) through (7) are slightly less important and equal between themselves; and factors (8) and (9) are of lesser importance and will be used as tiebreakers among technically equal firms. Specific evaluation factors include: (1) Specialized Experience - The firm shall provide a maximum of six (6) projects that were completed within the past five years, or on-going projects that are substantially completed, that demonstrate specialized experience as noted below. If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for each joint venture partner, not to exceed a total of six (6) projects. Projects shall be submitted on the SF-330. For submittal purposes, individual task orders issued on an IDIQ contract as well as separate, individual contracts are considered as individual projects. The format for the projects shall include: Experience as prime or consultant (please identify), point of contact name, e-mail address, phone number (failure to provide current accessible points of contact, or valid phone numbers could result in a firm being considered less qualified), contract number or project identification number, contract period of performance, award contract value, current contract value and a list of team members who performed this work and a summary of the work performed. Firms will be evaluated in terms of: ?Past experience of the firm and past working experience and relationship with key consultants with regard to design of similar types of facilities with an emphasis on DOD projects within the NAVFAC EURAFSWA AOR. ?Experience with multi-phased design and construction programs. Experience with designing facilities using the metric system of measurement as required by the NAVFAC Metrication Conversion Policy for Design, Planning and Design Criteria, and DOD/NAVFAC Guide Specifications. ?Experience in providing construction phase services (shop drawing review, as-built drawing preparation, Quality Assurance Plan (QAP) preparation, construction inspection services, and Operating and Maintenance Manuals). ?Knowledge of local codes, laws, permits and construction materials and practices of the contract primarily in the NAVFAC EURAFSWA AOR (2) Professional Qualifications and Technical Competence of the Individual Design Team Members: Firms will be evaluated in terms of: the professional qualifications and technical competence of the Individual Design Team Members participating in the six projects described in Evaluation Factor (1) and in terms of the competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Firms/teams should include the following:?List names of staff to be assigned to this contract. Provide the following for each person: professional registration (if applicable), role expected to play in this contract, and roles they played in the projects addressed in Evaluation Factor 1 (if applicable). Differentiate between planning and design experience. ?Provide an organization chart of the firm and indicate the management plan for this contract and personnel roles in organization, in particular, management's approach/plan to engage and utilize in-country consultants to assure that design is compatible with in-country materials, standards and codes, and in-country construction practices. (3) Past Performance: Firms will be evaluated in past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor 1). Firms should include any letters of commendation or awards. In evaluating past performance, the Government may consider information provided by the firm, customer inquiries, Government databases, and other publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. (4) 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. Identify examples indicating concepts employed, LEED certification awarded, and LEED Certified Professionals proposed for this contract. Greater weight will be given to examples of projects in the NAVFAC EURAFSWA AOR. (5) Workload Capacity: Firms will be evaluated in terms of: ability to perform the work in accordance with established schedules, capacity to accomplish four (4) tasks simultaneously, and the impact of the workload from this contract on the design staffs' projected workload during the contract period. Show current and projected workload with a plan and schedule to accomplish the work. Describe capability to provide qualified backup staffing for key personnel to ensure continuity of services and ability to surge to meet unexpected project demands. (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. Firms shall submit a detailed description of their internal quality control program and a list of their key responsible personnel and their qualifications. (7) Firm location (provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firms will be evaluated on the locations of their office or offices that will be performing the work under this contract. Due the worldwide coverage of this contract, offices in multiple locations would be considered an advantage. (8) Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by 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. Firms shall submit a detailed list including Title of Work, Contract Number, Task Order Number and total individual value of each Contract and Task Order and a subtotal of all work combined. (9) Small Business Subcontracting Effort (ISRs and SF 330) Firms will be evaluated in terms of their extent to identify and commit to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on the following: ?Past performance in utilization of small business concerns. All offerors shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB and HBCU/MI. Large Business offerors shall submit three "final" or "most recent" Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. If subcontracting goals were not met, provide an explanation. If Individual Subcontracting Reports were not applicable to the similar contracts noted, large business offerors shall submit other documentation which shows their utilization of the various types of small business firms for the contracts. Small Business offerors shall also submit documentation which shows their utilization of the various types of small business firms for similar contracts of relative size. ?Participation of small business concerns for this requirement. Large businesses shall submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The attached Small Business Subcontracting Plan template shall be used to complete the draft subcontracting plan. Firms shall submit their "draft" Small Business Subcontracting Plans utilizing this template, and only this template.The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2010 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) - 65.65%, HUBZone (HUB) - 1.37%, Small Disadvantaged Businesses (SBD) - 16.27%, Women-Owned Small Businesses (WOSB) - 14.68%, Veteran Owned Small Businesses (VOSB) - 3%, and Service Disabled Veteran-Owned Small Business (SDVOSB) - 3%. If a large business firm is selected for award, a Small Business Subcontracting Plan in accordance with FAR 19.6 and DFAR 219.7 will be required and incorporated into the contract award. ?A draft Small Business Subcontracting Plan is not required from small business offerors; however, small business offerors shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. The Small Business size standard classification is NAICS 541310, Architectural and Engineering Services, size standard $4,500,000.00. The Government intends to award a maximum of three (3) contracts under this announcement. Future task orders will be competed among the awarded contracts. Each awardee will be provided a fair opportunity to be considered for each order issued under the multiple award contract, unless approval is obtained to waive or limit the competition in accordance with 16.505. In order to determine the most highly qualified firm for each task order, the Government will evaluate each firm on the following criteria. Evaluation factors (1) - (5) are of equal importance and factor (6) will be used as a tie-breaker only among equally qualified firms: (1)Experience with or knowledge of the specific facility and location addressed under the task order;(2)Experience with or knowledge of the general geographical area of the project site;(3)Professional qualifications and specialized experience relevant to the specific service required under the task order;(4)Capacity to complete the work within the required timeframe.(5)Past performance on previous task orders either completed or under way issued under the contract will also be considered once a history of performance is established.(6)Equitable distribution of work: Total dollar value of previous task order awards under this contract. The Government's evaluation will be based on (1) a review of the SF330 submitted by the form for the basic contract; and/or (2) the Government may request an addendum to the SF 330 addressing some or all of the above criteria for individual task orders. In addition, should the Government choose to utilize other or additional criteria for the selection, the MAC holders will be notified prior to evaluation. 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. The duration of the contracts will be for one (1) year from the date of an initial contract award with four (4) additional year option periods. The guaranteed minimum for each MAC holder is established at $10,000 for the entire contract term (including option years). The combined total amount that may be paid under the contracts (including option years) will not exceed $50,000,000.00 for the entire contract term (including option years). The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to the workload and/or satisfaction of the A&E's 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 by made. Type of contract: Firm Fixed Price Indefinite Delivery Indefinite Quantity Contract. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. This is NOT a Request for Proposal. SUBMISSION REQUIREMENTS: Architect-Engineer firms that meet the requirements described in this announcement are invited to submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 pitch font or larger. Part I shall not exceed 75 single-sided 8.5 x 11 inch pages (the 75 page limit does not include the ISRs or Draft Subcontracting Plan, as required by Criteria 9, (Small Business Subcontracting Effort). Introductions shall be included in Sections E and F. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF-330. Provide evidence that your firm is permitted by law to practice the profession of Architecture or Engineering, i.e. State registration number, a brief explanation of the firm's licensing in states that do not register firms, etc. Interested firms shall submit six (6) hard copies of the SF-330 and six (6) CDs to Naval Facilities Engineering Command, Atlantic, Code ACQ12, Attn: James Kanash, 6506 Hampton Blvd., Norfolk, VA 23508. Responses are due no later than 6 November 2009 at 4:00 pm local time (EST). Late responses will be handled in accordance with FAR 52.215-1. Hand carried or electronic responses will not be accepted. Point of Contact at NAVFAC-Atlantic is either, Blake Wittmann, Contract Specialist at 757-322-8123 or James Kanash, Supervisory Contract Specialist at 757-322-8233. THIS IS NOT A REQUEST FOR PROPOSAL.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247009R9034/listing.html)
- Record
- SN01983142-W 20091010/091009000144-87ddd55c17b6561389d0fb4506ccfa67 (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 |