Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2011 FBO #3514
DOCUMENT

C -- Indefinite Delivery Indefinite Quantity Architect-Engineer Services for Geotechnical Projects, Various Locations Primarily Under the Cognizance of NAVFAC PACIFIC - Attachment

Notice Date
7/7/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274211R0008
 
Response Due
8/10/2011
 
Archive Date
8/31/2011
 
Point of Contact
Norine Horikawa (808) 474-4550
 
E-Mail Address
Norine Horikawa
(norine.horikawa@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This project is advertised as a 100% Small Business Set-aside. NAICS 541330, $4.5M average annual receipts over the past three years. Services include, but are not limited to design and engineering services, for geotechnical investigations including subsurface borings, water and soil sampling, field tests, geotechnical laboratory testing, analysis, reports and related work. These services will be in support of In-house design or engineering efforts for facilities primarily located in the NAVFAC Pacific AOR and may involve but are not limited to earth work; pavement; foundations; retaining walls; site characterization; hazardous waste characterization; and solid waste handling and disposal. As part of the site assessment, the required services may include as supporting elements of work, environmental investigations, surveys, and audits including monitoring well installation, water and soil sampling, environmental laboratory testing, analysis, reports and related work. 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 will be a firm fixed price A-E task order. The Government will determine the task order amount by using rates negotiated and may negotiate the effort required to perform the particular project. The contract term will be a base year and two one-year option periods, not to exceed $5,000,000. The Government reserves the right to extend the contract term for an additional two years without posting the information on the FBO website. The per project limitation is $1,200,000. The minimum guarantee for the contract is $10,000. It is anticipated that the estimated cost of construction will range from $5,000 to $25,000,000. Estimated date of contract award is October 2011. Rate proposals may be subject to an advisory audit. The following evaluation criteria, listed in descending order of importance, will be used in the evaluation of the Standard Form (SF) 330 ™s: (1) Professional qualifications of the prime firm and key personnel (may be from the prime firm and/or subconsultant ™s firm) proposed for conducting geotechnical investigations; soils and water testing; soil analysis; and consulting work relating to earthwork, pavement, and foundation design in the Hawaii, Guam, Pacific Ocean, and NAVFAC Pacific Area of Responsibility (AOR). The work may also include as supporting elements of work, environmental investigations; hazardous waste handling and disposal; and solid waste handling and disposal. Professional qualifications of the prime firm/key personnel will be given more consideration than that of a subconsultant ™s; (2) Specialized recent (within the past 10 years) experience and technical competence of the prime firm or particular key personnel (may be from the prime firm and/or subconsultant ™s firm) in conducting geotechnical investigations: soils and water testing; soil analysis; and consulting work relating to earthwork, pavement, and foundation design in the Hawaii, Guam, Pacific Ocean and NAVFAC Pacific AOR. The work may also include as supporting elements of work, environmental investigations; hazardous waste handling and disposal; and solid waste handling and disposal. Experience and technical competence of the prime firm/key personnel will be given more consideration than that of a subconsultant ™s; (3) Past performance on recent (within the past 10 years) contracts for similar type work, e.g., conducting geotechnical investigations; soils and water testing; soil analysis; and consulting work relating to earthwork, pavement, and foundation design in the Hawaii, Guam, Pacific Ocean, and NAVFAC Pacific AOR with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. The work may have also included as supporting elements of work, environmental investigations; hazardous waste handling and disposal; and solid waste handling and disposal. The Government will evaluate the past performance information for the prime firm and all subconsultants; (4) Capacity of the prime firm to accomplish the work in the required time; (5) Knowledge and demonstrated experience in applying sustainability concepts and principles; (6) Provide a narrative description of the prime firm ™s Quality Control Program; (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) Volume of work previously awarded to the prime firm by the Department of Defense within the past 12 months 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 in the SF 330, Part I, Section H only information required by evaluation criterion (3), (4), (5), (6), (7) and (8). Additional information provided in Section H that pertain to evaluation criteria (1) and (2) will not be considered. For evaluation criteria (3) the Government will also evaluate the prime firm and each subconsultant ™s past performance obtained from the Architect-Engineer Contract Administration Support System (ACASS). Past Performance Information Retrieval System (PPIRS) or any other means, which can affect the selection outcome. If your firm does not have any ACASS ratings, please have your clients complete and sign the attached Performance Evaluation Form and submit it with your SF330 package. 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) requires the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. The prime firm and all subconsultants 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 subconsultants for this contract will be required to perform throughout the contract term. This solicitation requires all interested firms to have an email address. Notifications will be via e-mail, therefore, the email address must be shown on the SF 330, Part 1, Section B8. A E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. If sent via United Stated Postal Service (USPS), the submittal shall be mailed to the following address: Commander, Naval Facilities Engineering Command, Pacific, Code ACQ31:NEH (N62742 11-R-0008), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. If sent via courier service or hand-delivered, the address is 4262 Radford Drive, Honolulu, HI 96818. Interested firms must allow sufficient time for receipt of submission by the date and time specified. A-E firms who are subconsultants utilized by the prime A-E must submit Part II of the Standard Form 330. An original and three (3) copies of your SF 330 are required, along with one electronic copy on a CD. Should there be discrepancies between the paper and the electronic submissions, the paper copy shall govern. Firms responding to this announcement by August 10, 2011, 2:00 p.m. HST will be considered. Any submission delivered after this date and time will not be accepted. This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274211R0008/listing.html)
 
Document(s)
Attachment
 
File Name: N6274211R0008_AE_Perf_Survey.doc (https://www.neco.navy.mil/synopsis_file/N6274211R0008_AE_Perf_Survey.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274211R0008_AE_Perf_Survey.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02491719-W 20110709/110707234908-6896a40543ceb350b685b76601749af1 (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.