Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2009 FBO #2890
SOLICITATION NOTICE

C -- A-E IDIQ CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES, VARIOUS LOCATIONS, GUAM, M.I.

Notice Date
10/21/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP Santa Rita, GU,
 
ZIP Code
00000
 
Solicitation Number
N4019210R0001
 
Response Due
12/7/2009
 
Archive Date
12/22/2009
 
Point of Contact
DANTE P. SERNEO 671-339-8098 DORIS R. CASTRO, 671-339-8465
 
E-Mail Address
dante.serneo@fe.navy.mil
(dante.serneo@fe.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Architect- Engineer (A-E) Construction Management Services (CMS) are required for an Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide support for military construction projects on Guam. Contract scope includes but is not limited to: Delay Impact Analysis; Change and Claim Analyses; Independent Schedule Management, Analysis and Integration (including reviews for Primavera Project Planner, P-3 and Primavera Integrated Construction Project Management, P-6); Specialized Quality Assurance Testing including but not limited to Underwater inspection and testing; Pile driving criteria employing wave equation analysis; Hydrographic surveying; Heating, Ventilation, and Air-Conditioning commissioning; Specialized Technical Support; Construction Contractor Schedule Review; Estimating Services; Fire Protection/Life Safety review; Leadership in Energy and Environmental Design Oversight and Commissioning; Construction Management Engineering Services; Specialist Tech! nician Services; Quality Assurance Services; Computer-Aided Design and Drafting/Specialized Drafting Services; Construction Integration Phase Services; Value Engineering Services; Miscellaneous and Technical Specialists; Workforce Housing and Logistics review; Manpower assessments; Work-In-Place projections; Construction safety oversight; Technical review of proposed material substitutions including foreign made; Operation and Maintenance Manuals review/development (input into Single Platform Maximo); Perform constructability reviews; Interactive-Collaborative Construction Management System including: Schedule/submittal/Request For Information/Quality Control and production reports management; Funding tracking; Establishment/Maintenance of Public Relations website with photo and video streaming and standardized status reports. Registered/licensed Architects and Engineers shall provide the leading roles in the management effort. Full time inspectors shall perform the majority of the inspection work under the direction of a licensed Architect or Engineer. A-E contract will include provisions for design services as required. The primary location for these projects is in Guam. Projects are anticipated to involve primarily new construction, and repair and alteration of the following types of structures: single or multi-story buildings, high bay structures, masonry, concrete steel, and pre-engineered structures; barracks and dormitory buildings, administrative facilities; educational facilities, libraries, medical facilities, dining facilities; industrial/warehouse facilities; waterfront facilities (piers and wharves); and aircraft facilities (including hangars and aprons), site utilities and infrastructure; ranges and operational/training facilities. All work shall be performed in accordance with applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to the Unified Facilities Criteria and EM 385-1-1 Safety and Health Requirements Manual. This procurement is an IDIQ type contract where the work will be ordered via task orders on an as needed basis during the life of the contract. Each task order will be a firm fixed price. The Government will determine the task order amount by using negotiated rates and negotiating the effort required to perform the particular project. The minimum order limit is $25,000 and maximum order limit is $5,000,000. The estimated fee is $20,000,000 per period. The duration of the contract will be for one (1) year from the date of initial contract with four (4) additional one-year option periods. The total fee for the contract term shall not exceed $100,000,000. The Government guarantees a minimum of $25,000 for the base period only. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A-E performance under the contract. Proposals will be subject to an advisory audit performed by the Defense Contract Audit Agency. This proposed contract is being solicited on an unrestricted basis. Evaluation and selection will be based on the most qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate their qualifications and its key consultants' qualifications with respect to the published selection criteria for all services. The following selection evaluation criteria 1 through 7, in descending order of importance, will be used in the evaluation of A-E firms: (1) Specialized recent experience and technical competence of firm or particular staff members proposed for construction management services of new infrastructure, and alteration, renovation and repair type projects. Firm's demonstrated recent experience with regard to construction management services of base facilities similar in size, complexity, and dollar value. Base facilities include, but are not limited to, barracks, dormitories, administrative facilities, and fire/police stations. Individual features (barracks, dormitories, administrative facilities, and fire/police stations) do not have to be within a single project scope; however, projects that contain several or all features will be evaluated more favorably than projects that contain only individual features. Also, projects designed and constructed in environments similar to Guam (remoteness, corrosiveness, and seismic zone) will be considered more favorably. Describe a maximum of ten (10) relevant projects completed in the past ten (10) years which best describe experience in construction management services of the projects discussed above. A project or contract is defined as either a stand-alone contract or a single task order, or an accumulation of related task orders under the same IDIQ contract having the features described above. (2) Professional qualifications of firm and staff proposed for construction management services of new infrastructure, and alteration, renovation and repair of existing infrastructure type projects. Key personnel are identified as the Program Manager and Project Managers in the following disciplines: Architectural, Structural, Civil, Mechanical, Electrical, and Geotechnical. Limit submission to not more than ten (10) key personnel including the Program Manager and the Project Managers for each of the six major disciplines described above, and three other key personnel deemed by the firm to be most important to the success of the team. (3) Past performance on contracts with Government agencies and private industry in terms of quality of work, compliance with performance schedules, cost control, and cooperation and responsiveness. Firms will be evaluated on past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in selection criterion (1)), 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) Capacity to perform the potential quantity and variety of work that may be ordered under this contract. Firms will be evaluated on their capacity to accomplish the work. For all 10 key personnel identified in selection criterion (2), explain the scope of responsibilities in the proposed organization and the effectiveness of the firm's organizational structure for the contract. (5) A-E's quality and cost control program experience. Firms will be evaluated on the acceptability of their internal quality and cost control program used to ensure technical accuracy and discipline coordination of construction management services. List responsible key personnel identified in selection criterion (2). (6) 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 subcontractor by name, discipline, size status, dollar values, and percentage of subcontracting 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. Naval Facilities Engineering Command FY10 subcontracting targets in terms of percentages of total subcontract effort are: 65.65% to SB, 16.27% to SDB, 14.68% to WOSB, 1.37% to HUBZoneSB and 3.0% to SDVOSB. 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 HUBZoneSB either as prime or subcontractor, proposed HUBZoneSBs must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subcontractor is a certified HUBZone by accessing the Central Contractor Registration (CCR) at www.ccr.gov. (7) Volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the objective of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had prior Department of Defense contracts. Include the following items in Section H, Block 30 of the Standard Form (SF) 330: (1) a summary of qualifications in narrative form addressing each of the above selection evaluation criteria; (2) an organizational 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. For selection criteria (3) the Government will also evaluate each firm's past performance and performance rating(s) from ACASS during the evaluation process. Federal Acquisition Regulations (FAR) requires 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 Clauses 52.204-7 Central Contractor Registration (APR 2008) and 52.204-8 Annual Representations and Certifications (FEB 2009). 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. All contractors are advised that registration in the CCR is required prior to award of a contract. Failure to register in the CCR database may render your firm ineligible for award. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD 1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and consultants for this contract will be required to perform throughout the contract term. A-E firms which meet the requirements described in this announcement are invited to submit a completed SF330, Architect-Engineer Qualifications. The SF330 shall be submitted in two (2) separate volumes. Volume I shall contain Part I of the SF330 (Contract-Specific Qualifications) and Volume II shall contain Part II of the SF330 (General Qualifications), letters of commendation and/or awards. The printed format for both Volumes shall be in 8-1/2" x 11" paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and two-sided. Volume I shall be limited to 200 pages including photographs and/or drawings. All pages exceeding 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. Consultants to the prime A-E firm are required to submit only Part II of the SF330. The submittal/delivery address is Naval Facilities Engineering Command Marianas, ATTN; Dante P. Serneo, Building 101, 1st Floor, Naval Base Guam 96910, (A-E Solicitation N40192-09-R-0001). This address is for all deliveries, including US Mail, courier service and/or personal delivery services; no other address is acceptable. The delivery address is inside a military installation, therefore, strict security measures are in force and delays should be anticipated. Interested firms must allow sufficient time for receipt of submission. Firms responding to this advertisement are required to submit two (2) paper copies and one (1) electronic copy on a CD of both volumes. Submissions of SF330 must be received and date/time stamped by the Contracting Officer on or before December 07, 2009 at 4:30 p.m. (Guam Time) in order to be considered. Any submission received after this date and time will not be considered. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown on the SF330, Part 1, Section B8. 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 proposal meeting within seven days of notification and provide a fee proposal within twenty days of the meeting. All questions should be submitted in writing and forwarded via email to Dante.Serneo@fe.navy.mil AND copy to Doris.Castro@fe.navy.mil no later than 16 November 2009. Questions submitted after 16 November 2009 may not be addressed due to time constraints. ALL INFORMATION REQUIRED FOR INTERESTED FIRMS TO SUBMIT SF330 IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019210R0001/listing.html)
 
Record
SN01989101-W 20091023/091021234417-afb40c7ae2858cba9651f26da3ea8e82 (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.