SOLICITATION NOTICE
C -- IDIQ A-E Services for Fire Protection, Electronic Security Systems, Intrusion Detection Systems, Physical Security, and Related Services at Various Locations under Cognizance of NAVFAC PACIFIC
- Notice Date
- 3/26/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274210R0004
- Response Due
- 4/27/2010
- Archive Date
- 7/26/2010
- Point of Contact
- LORNA SIKORSKI (808) 471-0809
- Small Business Set-Aside
- N/A
- Description
- Indefinite Delivery Indefinite Quantity Architect-Engineer Services for Fire Protection, Electronic Security Systems, Intrusion Detection Systems, Physical Security, and Related Services at Various Locations in All Areas Under Cognizance of NAVFAC PACIFIC. Services include, but are not limited to design and engineering services for preparation of technical reports including conducting engineering investigations and concept studies; preliminary and final design plans and specifications; construction estimates; operations and maintenance manuals; record drawings; shop drawings reviews; technical review of design plans and specification prepared by Architect-Engineering (A-E) firms and government forces; water flow testing; final acceptance testing of all types of installed fire protections systems and electronic security systems (intrusion detection system (IDS), CCTV, access control system (ACS), data transmission media (DTM), security lighting, etc.) and other consulting requiring immediate action. The type of fire protection system could include, but is not limited to, various hydraulically designed sprinkler systems, interior fire alarm systems exterior radio fire alarm systems, fire pumps, foam systems, gaseous extinguishing systems (carbon dioxide, Halon, FM-200, Inergen, etc.), fire detection systems, dry chemical systems, etc. The type of electronic security and physical security features or systems could include, but is not limited to, closed circuit television, data transmission media, security access control systems, security lighting, intrusion detection systems, electronic harbor security systems, etc. The type of fire protection design features could include but are not limited to life safety analysis, including water flow testing at proposed project sites, etc. The type of security design features could include, but are not limited to, waterside/waterfront security, interior/exterior motion detection systems, vulnerability assessment, etc. Work may involve new construction and repair and maintenance in various NAVFAC Pacific locations. If asbestos or hazardous materials exist, the Architect-Engineer (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 selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The contract will be of the Indefinite Quantity type where the work will be required on an as needed basis during the life of the contract providing the government and contractor agree on the amount. Each project contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract term will be a base year and two one-year option years. The Government reserves the right to exercise the option years to extend the contract term. The estimated annual fee for any year is $2,500,000 and per project limitation is $1,200,000. The total fee for the contract term shall not exceed $7,500,000. The Government guarantees a minimum of $10,000. There will be no future synopsis in the event the options included in the contract are exercised. Estimated construction cost of project is between $500,000 and $25,000,000. Estimated date of contract award is June 2010. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed for the design and analysis of fire protections systems and electronic security systems or features. Personnel assigned must be registered professional fire protection engineers who has passed the fire protection engineering written examination administered by the National Council of Examiners for Engineering and Surveys (NCEES) and a registered electrical or electronic engineer with five years design experience in electronic security systems services; (2) Specialized recent experience and technical competence of firm or particular staff members in design and analysis of fire protection systems and electronic security system design experience on equivalent type p! rojects or project elements. List a maximum of ten (10) relevant projects completed in the past ten years which best describe experience for this criterion; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach; (6) A-Es quality control program experience; (7) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (8) Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized busin! ess 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; and (9) Volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. Include a summary of qualifications in narrative discussion addressing each of the above selection criteria on the SF 330, Part 1, Section H. If necessary, continue on plain bond paper. For selection criterion (3), the government will also evaluate each firm's past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. For selection criterion (8), the Government will evaluate proposals based on two Sub-factors: (A) Past performance in Utilization of Small Business Concerns and (B) Participation of Small Business Concerns in this Project. The Government will also evaluate firms by: In support of Sub-factor (A), (1) the offeror shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, and SDVOSB over the past three years showing dollar value, percentage of work (of total contract value) subcontracted to large businesses, SB, S! DB, WOSB, HUBZoneSB, SDVOSB, and HBCU/MI; (2) Information on national awards received within the past five years for outstanding support to SB concerns. National awards received within the last five years will be considered more favorably than national awards beyond five years; (3) Information showing ratings received on completed projects with regards to the firms implementation of subcontracting plans; (4) Information on any existing, planned or pending mentor-protege agreements under either the DOD or SBA 8(a) Programs; (5) Information on use of Community Rehabilitation Program organizations certified under the Javits Wagner O Day Program by the National Industry for the Severely Handicapped (NISH) or the National Industry for the Blind (NIB); and (6) Final SF 294s on projects completed within the past 5 years, and if subcontracting goals were not met, provide an explanation. In support of Sub-factor (B), the offeror shall 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. The offeror is advised that the Government-wide goals for the total value of all prime contracts per fiscal year are 23% to SB; 5% each to SDB and WOSB; 3% each to HUBZone SB, VOSB and SDVOSB; and 5% to HBCU/MI. In addition, the Naval Facilities Engineering Command FY 10 subcontracting targets in term of dollar value of subcontracts are 65.65% to SB, 16.27% to SDB, 14.68% to WOSB, 1.37% to HUBZone SB and 3% to SDVOSB. If the offeror is unable to meet the minimum targets, an explanation should be provided, stating what actions were taken to satisfy the minimum target and how such actions failed to meet the objective. FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns states in part; the Contractor hereby agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent with efficient contract performance. If the offeror does not intend to subcontract or meet the NAVFAC small business subcontracting goals, provide a detailed explanation why subcontracting would not result in efficient contract performance. The offerors are reminded that in order to receive proposal evaluation benefit as a 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. For Small Disadvantaged Business (SDB) Certifications, effective October 1, 2008, the offeror may accept a self-certification from its SDB subcontractors as defined in 13 CFR 124.1002. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract, refer to FAR 52.204-7 Central Contractor Registration (APR 2008). 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 (FEB 2009). 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 (DD1391), facility sitting 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 meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. The submittal/delivery address is Commander, Code NAVFAC PAC ACQ31 (A-E Solicitation No. N62742-10-R-0004), 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; no other address is acceptable. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. Consultants to the prime A-E firm are required to submit only Part II of the SF 330. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown on the SF 330, Part 1, Section B8. Large Business firms who are short-listed will be required to submit a subcontracting plan before negotiations begin for contract award. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. Firms responding to this announcement by Tuesday, April 27, 2010 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R0004/listing.html)
- Record
- SN02103756-W 20100328/100326234749-be220b074f0e9052afdbba76eb221dc7 (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 |