Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2009 FBO #2917
SOLICITATION NOTICE

C -- Architect-Engineer (A-E) Services for Energy Efficiency Projects and Services

Notice Date
11/17/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N6258310R0317
 
Response Due
1/4/2010
 
Archive Date
1/19/2010
 
Point of Contact
Magadalena C. Evangelista 805-982-5077
 
E-Mail Address
magdalena.evangelist@navy.mil
(magdalena.evangelist@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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. INDEFINITE DELIVERY INDEFINITE QUANTITY contract for ARCHITECTURAL-ENGINEER (A/E) services for the Naval Facilities Engineering Service Center, Port Hueneme, California. This synopsis is issued as unrestricted, and a Firm Fixed Price Contract is anticipated. The North American Industry Classification System (NAICS) code for this procurement is 541330, and the annual size standard is $27,000,000.00. This synopsis provides engineering and design services for Energy Efficiency projects and services. This includes shore facilities and utility systems at various locations worldwide. It is anticipated that a single contract will be awarded under this synopsis; however the Government reserves the right to make up to 5 multiple awards based on SF 330s received from this synopsis to achieve desired capacity. The duration of the contract will be for one year from the date of an initial contract award (Base year) with four additional one-year option periods. The aggregate value of all Task Orders issued under the contract resulting from this solicitation shall not exceed $300,000,000 over the base year and four option periods. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government. The anticipated award date is on or before 1/29/2010. The minimum guarantee of $10,000 for the entire contract term, including option years, will be satisfied by the award of an initial Task. Multiple Task Orders may be awarded with similar delivery schedules requiring the selected firm(s) to provide services with overlapping work/delivery dates. Individual Task Orders are expected to range, on average, between $25,000 and $1,000,000. The design and engineering services will require expertise in energy management, architectural, mechanical, electrical, civil, structural, and environmental disciplines as it pertains to Department of Defense (DoD) utility systems and energy consuming systems within the naval shore infrastructure. The emphasis of the required design and engineering services will have three major components. The first component is energy auditing and feasibility analysis, site investigation, and system evaluation. This will determine existing conditions, identify opportunities for increased energy efficiency through implementation of operational controls, and to identify, develop and document cost effective projects required to increase efficiency of existing infrastructure including cost/benefit analysis and preparing 1391 documentation as required. In addition, the contractor will be expected to identify all opportunities to incorporate renewable resources, including but not limited to Solar, Wind, Geothermal heat pumps and biomass, including assessing biomass fuel characteristics and availability. Site evaluations may include determining location, applying for site approvals and installation of wind anemometers part of audit to validate wind source. These projects may be in the form of facility scale projects such as roof top solar PV or solar hot water, to developing a solar or wind farm, biomass or waste to energy plant on a utility plant scale. These systems may be sized anywhere from meeting the installations base load, to systems many times base load and selling to the local grid. Projects may be developed for any facility system, including lighting, HVAC, motors and drives, compressed air, building envelope, water, irrigation, plug loads, building envelope and landscaping. The awardee may be required to perform sustainability assessments of facilities. In addition, projects may be evaluated and developed to cover any utility distribution system, power plants, water and wastewater plants, and supporting facilities. The second component is Design and Engineering for energy projects and systems described above. Design and Engineering consists of planning, design, preparation of specifications (materials, systems and assemblies), and drawings (plans), of new and existing systems, complete facilities to support Sustainment, Restoration and Modernization (SRM) and Military Construction (MILCON) projects at DoD facilities. The third component is to provide energy management assistance through energy data trends and analysis, data quality assurance, metrics production, report and graphs production, process definition and improvement. Contractor may be required to develop strategies to reach goals, program planning, identify investment strategies and technologies to implement and the relative cost/benefit analysis by region, and perform legislative review and impact assessment and future fuel price analysis. Adherence of current federal, state, and local environmental regulations (including foreign government if applicable) is required. These tasks require the implementation of federal and DoD standards for the inspection, design, installation, construction, operations, and maintenance of utility and facility energy systems. The awardee will be required to perform engineering services in support of Utility distribution systems and supporting facilities including preparation of cost estimates, life cycle cost analysis, economic impact studies or analysis, development of project brochures, design packages, construction and installation schedules, development of maintenance plans, schedule development, feasibility studies, geotechnical surveys, failure analysis, surveying, preparing project technical reports and sketches, environmental studies in support of permit applications to federal, state, and local agencies, Title II services, preparation of Design/Build RFPs, preparing required permit documentation, and preparing cost and progress reports. The awardee may be required to provide quality assurance (PCAS and Title II) services during the installation and construction of utility distribution systems, large scale renewable plants, and other facility energy projects. The awardee may also be required to provide the review of documentation, processes and procedures developed during the inspection, design, installation, construction, maintenance, and operation of energy systems. Hazardous material surveys may also be required to include testing and sampling, providing design removal procedures, and preparing construction contract documents in accordance with applicable rules and regulations pertaining to hazardous materials. This work may involve dealing with asbestos, lead, and other hazardous waste. Contractor will be responsible for gathering data, identifying significant issues, performing site inspections, identifying required retrofits, and providing design and engineering services for the construction and installation of simple to complex energy systems and supporting facilities. Some Federal Agencies may require all personnel having access to a specific project site or design be required to sign a Non-Disclosure Statement and pass a "Federal Law Enforcement Agency Background Screening Process". The contractor shall have the capacity to prepare or modify documents and drawings using software that is compatible with the following: past and recent versions of Autodesk, AutoCAD, Microsoft Word, Microsoft Excel, Microsoft Access, Microsoft PowerPoint, Microsoft Project, SPECSINTACT, and Database. Selection criteria will include, in descending order of importance, the following: (1) Professional Qualifications. Submit a matrix for proposed design team(s), including alternates, that contains the following data about the member's assignment to cover all areas in the scope as described in this synopsis: team member's name, firm name, level and area of concentration (i.e., Bachelors of Science (BS) mechanical engineering), location of professional registration including license number, states of professional registration, number of year professional experience, and number of years with current firm. Identify relevant organizations/standards such as American Society of Mechanical Engineers, IEEE, CEM and any other applicable certification of all team members as it relates to the assigned project requirements for that team member. For project managers and team leaders, identify the number of teams (design, consultants, and joint venture partners) they have managed over the past five years. (2) Capacity. Demonstrate the ability of the firm to execute multiple worldwide, simultaneous projects within a reasonable, minimum time limit as demonstrated by the team's history of successfully completing such projects in compliance with performance schedules and providing timely construction support. Discuss how surge workload would be handled. Provide the volume of work previously awarded to the firm by the Department of Defense within the past twelve months. Indicate in Block H of the SF 330 the total dollar value of contracts awarded and their projected completion schedules. (3) Past Performance. Describe energy efficiency projects consistent with the scope as described in this synopsis that the firm has completed for Government agencies and/or private industry on projects of similar size and complexity with respect to cost control, quality of work, and compliance with specifications and performance schedules. Demonstrated long-term Government or private business relationships, repeat business on related efforts, and construction support are valued. Provide a listing of all excellent performance ratings and letters of commendation from both private and DoD clients (designate your role; prime, consultant, or joint venture partner). Ratings should be no later than five (5) years. (4) Small Business and Small Disadvantaged Business Subcontracting Plan. Firms will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals expressed in terms of percentages of total planned subcontracting dollars for utilization of small business (SB) of 65%. Included in the SB goals are targets for the following categories: Small Disadvantaged Business (SDB) - 16%, Women Owned Small Business (WOSB) - 15%, Veteran Owned Small Business (VOSB) - 3%, Service Disabled Veteran Owned Small Business (SDVOSB) - 3%, and HUBZone Small Business - 1.5%. Large business firms shall submit their Navy wide SF 295, Summary Subcontract Report with their SF 330. The slated firms will be required to provide a preliminary subcontracting plan (support for small business subcontracting) as part of the interview. Note: If large business is selected for award, an acceptable subcontracting plan that reflects a minimum of subcontracting goals stated above must be submitted before price negotiations begin for contract award. (5) Sustainable Design Requirement- 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 design team (including consultants) experience and concepts employed for sustainability of facilities. Sustainable design elements as pertaining to energy systems and facilities include: 1) Energy efficient design, including building orientation, envelope, and all energy consuming systems and equipment: 2) Appropriate use of renewable energy technologies such as solar and wind: 3)Efficiency in resource, and selection of materials and products appropriate for the environment: 4) Facility maintenance and operational practices that reduce or eliminate harmful effects on people and natural environment., 5) Minimize or elimination of toxic and harmful substances in facilities and the surrounding environments; SF 330's shall not exceed 50 printed pages (double sided is considered to be two pages, organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 330 (cover letter, other attachments and pages in excess of the 50 page limit will not be included in the evaluation process). Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction or supply contract, cannot provide the actual construction or supplies on a subsequent contract. This limitation also applies to subsidiaries and affiliates of the firm. SF 330 Part I is limited to 50 pages. SF 330, Part II is limited to one page for the prime contractor and one page for each subcontractor. In Part I, Section B, block 5, include the firms Tax Identification Number and ACASS number. Part II, block 5(b), Small Business Status - do not leave this blank. Four hard copies and one electronic copy of the submittal package are to be received in this office no later than 2:00 p.m., Pacific Time on January 4, 2010. Submittals received after this date and time will not be considered. Telegraphic and facsimile of SF 330s will not be accepted. The acceptable electronic formats for proposals include Word 98 or latest version and Excel 5.0 or latest version. Electronic mail is not an acceptable media. Offerors shall ensure that proposal disks are virus free, and free of password protection. Thumb or flash drives are not acceptable. Site visits will not be arranged during the submittal period. In accordance with DFARS 252.204-7004, all firms must be registered with the Central Contractor Registration (CCR) prior to award of any contract. Responses are to be submitted to Specialty Center Acquisitions NAVFAC Naval Base Ventura County, 1205 Mill Road, Bldg. 850, Port Hueneme, CA 93043-4347, Attn: Magdalena Evangelista. Outside corner of mailing envelope shall be labeled as follows: N62583-10-R-0317 A/E Energy Services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258310R0317/listing.html)
 
Record
SN02004985-W 20091119/091117234958-f3cdc03eb233e08e960c86f1e4814602 (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.