DOCUMENT
C -- ARCHITECT-ENGINEER SERVICES FOR FY2014 PROJECT P-818 U.S. MARINE CORPS FORCES PACIFIC (MARFORPAC) HEADQUARTERS/OPERATIONS CENTER, CAMP H.M. SMITH, AIEA, HAWAII, U.S.A. - Attachment
- Notice Date
- 10/1/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274213R0002
- Response Due
- 10/31/2012
- Archive Date
- 11/15/2012
- Point of Contact
- Donna Matsuura 808-471-2235 Bernadette Julian, 808-471-1055
- Small Business Set-Aside
- N/A
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. This procurement is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) Code is 541330. The Small Business size standard is $14.0 million average annual receipts over the past 3 years. Engineering and Design Services are required for the FY2014 Project P-818 U.S. Marine Corps Forces Pacific (MARFORPAC) Headquarters/Operations Center, Camp H.M. Smith, Aiea, Hawaii. This project encompasses the design of a multi-story headquarters facility for MARFORPAC and other tenant commands to be constructed at Marine Corps Base Hawaii (MCBH), Camp Smith, Hawaii. The project includes demolition of existing facilities, renovation of existing facilities considered to be historic properties, and construction of new facilities. Interior shall include administrative areas (office/reception areas, file rooms, conference/briefing rooms, vaults, technical libraries, administrative storage areas), Sensitive Compartmented Information Facility (SCIF) areas, communications centers, Operations Control Center, training rooms, warehouse space, photographic/reproduction space, operational vehicle garage, auditorium, post office, bulk storage areas, kitchen & food preparation area for G-3, electronics and communications maintenance area, raised flooring, blind vendor, Marine Corps Community Services (MCCS) food court, exchange, service outlets, dry cleaners, Information Ticket & Tours (IT&T), library, educational services, and other tenant spaces and support services. This project provides facility space for non-MARFOPAC tenants, including Special Operations Command Pacific (SOCPAC), Joint Interagency Task Force West (JIATF-W), Navy Bureau of Medicine and Surgery (BUMED), Defense Logistics Agency (DLA), Federal Investigative Service (FIS), Naval Criminal Investigative Service (NCIS), Public Works Shops, and MCBH Facilities. The facility shall be fully air-conditioned and shall be provided with Uninterruptible Power Supply (UPS) and emergency backup power to its electrical, communications and data systems. The facility includes extensive information systems, including telephone, DRSN, classified and unclassified fiber optic local area networks (LANs, including JWICS, NIPRNET & SIPRNET), cable television, mass notification, and fire alarm systems & infrastructure. The facility requires an Electronic Security System (ESS) to include Intrusion Detection System (IDS), Access Control System (ACS), and Closed Circuit Television (CCTV) systems. Exterior site improvements shall include grading, utilities infrastructure (e.g. water, wastewater, storm drainage/retention facilities, electrical, telecommunications & data), landscaping, irrigation, on-grade parking, curbs, gutters and sidewalks. Parking shall be provided for staff, motor pool, and visitor vehicles. If asbestos or hazardous materials exist, the 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 estimated construction cost of project is between $100,000,000 and $250,000,000. Architect-Engineer (A-E) services shall include, but are not limited to, Functional Analysis Concept Development (FACD) to include concept drawings and site investigation data (topographic survey, geotechnical survey, hazardous material assessment & survey) and the preparation of Design-Bid-Build contract documents including the preparation of plans, specifications, cost estimates, and other documents suitable for source selection and construction (for example, gross & net area tabulations, design analysis narratives, calculations, color rendering, Structural Interior Design, Comprehensive Interior Design, color boards with material & finish samples, Collateral Equipment Buy Package, Space Program, equipment planning & category designation, transportation & materials handling system, waste management & categories, information & communication systems, HVAC & plumbing systems, Title II Inspection, Post-Construction Award Services (PCAS), Operation & Maintenance Support Information (OMSI), as-built drawings, and other related work). The selected A-E will be the Designer of Record (DOR). The project will be designed in accordance with the procedures and technical criteria contained in Unified Facilities Criteria (UFC), including UFC 1-200-01 General Building Requirements, UFC 1-300-09N Design Procedures, and UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. The design must also comply with design standards set forth in the Marine Corps Base Hawaii (MCBH) Installation Appearance Plan (IAP) and MCBH Facilities Design & Construction Standard. Sustainable design features will be included in the design and construction of the project in accordance with Executive Order 13423 (2007) and other laws and executive orders. NAVFAC Pacific currently uses the following software applications: WINDOWS XP Workstation, Microsoft Office 2007 Professional (Word 2007, Powerpoint 2007, Excel 2007, Access 2007, Project 2007), Adobe Acrobat 9.0 Professional, and AutoDesk's AutoCAD 2010. In accordance with the contract or task order statement of work, the contractor shall complete necessary tasks and submittals or submit various reports to the Government that are readily useable in these applications without further adjustments. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate their qualifications and the qualifications of each key consultant with respect to the published selection criteria for all services. Selection criteria 1 through 9 are listed below in descending order of importance. Specific selection criteria include: 1. Specialized Experience: Firm's demonstrated recent experience in design of military headquarters and operations control center facilities of similar size, complexity and dollar value. List a maximum of five (5) relevant projects completed in the past ten (10) years which best describe experience in design of military headquarters or operations facilities discussed above. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members: Limit submission to not more than ten (10) key personnel, to include a professional meeting the qualifications of a Historical Architect based on the Secretary of the Interior s Historic Preservation Professional Qualification Standards. For each key person, explain the scope of their responsibilities in the proposed organization. Provide an organization chart and explain how the firm's organizational construct is most appropriate considering effectiveness and cost factors. a. Active U.S. professional registration. b. Past experience in design of military headquarters or operations control center facilities of similar size, complexity and dollar value. Provide up to a maximum of five (5) relevant projects for each key person. 3. Past Performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, cost control, and cooperation and responsiveness. Firms should include any letters of commendation or awards. Letters of commendation or awards for relevant projects submitted for selection criteria (1) or (2) will be considered more favorably than letters of commendation or awards for other projects. Firms will also be evaluated on past performance information obtained from a federal-wide database called the Past Performance Information Retrieval System (PPIRS) and from the Architect-Engineer Contract Administration Support System (ACASS). Past performance of the Prime Firm will be given more consideration than that of the subconsultants. 4. Available capacity and ability to perform the work within the required timeframe of approximately 1 year from date of award. 5. 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 design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. 6. Design Quality Control Program (DQCP): Firms will be evaluated on the acceptability of their internal design quality control program used to ensure the technical accuracy of drawings, specifications, cost estimates, and other required technical data. Describe the design quality control organization structure and list the responsible key personnel. Discuss the methodology that will be used to eliminate errors, omissions, interferences, and inconsistencies between all design disciplines and consultants; inconsistencies between drawings, specifications, and cost estimates; and for the incorporation of the latest criteria, lessons learned and review comments. 7. Commitment to Small Business (SB): The Government will evaluate two subfactors: (A) Past performance in Utilization of SB Concerns and (B) Participation of SB Concerns in this Project. Subfactor (A). PAST PERFORMANCE IN UTILIIZATION OF SB CONCERNS: The extent to which the proposal demonstrates the proposer s level of past performance in utilizing SB concerns, AbilityOne, Mentor-Protégé Agreements, and other socio-economic programs, as defined in FAR Parts 26.1 and 26.2, in subcontracting, and in meeting established SB subcontracting goals. Submittals that do not include responses addressing ALL elements of the requirements stated below (a. through g.) must include an explanation why that element is not addressed. a. Provide performance evaluation ratings (i.e., DD2631 or equivalent) obtained on the implementation of SB subcontracting plans for all of the offeror s contracts referenced under Selection Criterion 3, Past Performance. If more than five evaluation ratings are provided, only the first five will be considered. In addition, the Government may consider past performance info on other projects as made available to the Government from other sources (such as Architect-Engineer Contract Administration Support System (ACASS). b. Provide info on national and industry-issued awards that offerors received for outstanding support to SB concerns within the past five (5) years. Include purpose, issuer, and date of award(s). National and industry-issued awards received beyond five (5) years will not be considered. c. Provide info on previous, existing, planned or pending mentor-protégé agreements (MPA) under any Federal Government or other program held within the last five years. Information should include, at a minimum, the members, objectives, period of performance, and major accomplishments during the MPA. d. Provide info on past use of Community Rehabilitation Program (CRP) organizations certified under the AbilityOne Program by NISH or the National Industry for the Blind (NIB). Information should include the contract type, type of work performed, period of performance, and number of employed severely handicapped persons. e. Provide SB subcontracting history. Large businesses with Federal contracting experience shall provide completed or most recently approved SF294s and Subcontracting Report for Individual Contracts and or Individual Subcontracting Reports (ISRs) on all contracts referenced under Selection Criterion 3, Past Performance. Reports for recently completed projects are desired. If more than five (5) reports are provided, only the first five (5) will be considered. If goals were not met on submitted contracts, provide an explanation as to why. Newly established Large Businesses, or Large Businesses with no prior SF294/ISR history shall submit a subcontracting history on Attachment D, SB Past Performance. f. SB proposers shall provide a subcontracting history on Attachment D), SB Past Performance. g. If an Offeror is utilizing past performance info of affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the solicitation), the proposal shall clearly demonstrate that the affiliates/subsidiaries/parent/LLC/LTD member companies will have meaningful participation of all members in the management of the subcontracting program/plan by identifying the personnel or resources from the member companies that will be dedicated to managing the plan, and an organization chart which demonstrates the reporting chain within the membership. If the Offeror is a Joint Venture, Partnership LLC or other entity consisting of more than one entity, provide past performance information, elements a. through f., for each individual business entity(ies) that will be responsible for managing the subcontracting program/plan. Subfactor (B). PARTICIPATION OF SB CONCERNS IN THIS PROJECT: a. Identify, in terms of dollar value and percentage of total proposed price, the extent of work you will perform as the prime contractor. If submitting an offer as a Joint-Venture (JV), please identify the percentage of work each member will be responsible for and indicate the size status of each member, e.g., LB, SB, SDB, WOSB, HUBZone SB, etc. b.Address planned usage of SB concerns, including SDB, HUBZone, WOSB, SDVOSB and Historically Black Colleges and Universities/Minority Institution. SB Subcontracting Targets that meet or exceed the NAVFAC SB Subcontracting Targets, and a commitment to using SBs, including AbilityOne CRP organizations and mentor-protégé agreements for this project. Proposed goals exceeding the NAVFAC Subcontracting Targets may be rated higher. The proposed goals and NAVFAC Subcontracting Targets are expressed as a percentage of total subcontracted values. The Secretary of the Navy has assigned the NAVFAC goals for Fiscal Year (FY) 2013 in terms of percentages of total planned subcontracting dollars for utilization of SBs. The NAVFAC Subcontracting Targets in percentages for this project are as follows (expressed in total subcontracted value): SB: 66.54 HUBZone SB: 8.76 SDB: 16.93 WOSB: 15.00 SDVOSB: 3.00 NOTE: (1) Slated Large Business firms will be required to submit a subcontracting plan prior to the interview. (2) In order to receive submittal evaluation benefit as HUBZone SB either as prime or subconsultant, proposed HUBZoneSB s must be certified by the SB Administration. Prime contractors may determine whether a prospective subconsultant is a certified HUBZone by accessing the SAM Website: http://www.sam.gov. 8. Firm's location in the general geographical area of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. 9. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by the Department of Defense (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. For selection criteria (1) and (2): A military headquarters facility is considered to be a facility that accommodates executive and staff functions of a general officer command. An operations control center is considered to be a command, control and coordination area in direct support of the operational mission of a general officer command. A general officer command is an organization within the U.S. Department of Defense that is commanded by a general officer. A general officer is an officer appointed by the President of the United States to a rank higher than colonel (Army, Air Force, Marine Corps) or Captain (Navy). A project is considered to be a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. A relevant project is new construction or major renovation of an existing military headquarters or operational control center, approximately 300,000 400,000 SF in building size, with an estimated construction cost of between $100,000,000 and $250,000,000, which included complexities such as phased construction, construction while portions of the facility are occupied, and construction involving historic structures. Major renovation is considered to be substantial restoration or modernization work totaling at least 50 percent of the replacement value of the facility. Additions to military headquarters or Operations Control Centers will not be considered relevant, unless the addition itself is within the range of building size, construction cost, and included complexities noted above for a relevant project. Projects including both a military headquarters and an operations control center will be given more favorable consideration than projects including only a military headquarters or an operations control center. Projects that were performed in a remote, resource-constrained environment with logistical challenges, similar to those faced by construction projects in Hawaii, will be given more favorable consideration. In addition, military headquarters or operations facilities designed for tropical environments similar to Hawaii will be considered more favorably. The intent is to ensure quality of design and construction and thereby extend the economic life of shore facilities in an environment considered aggressive because of constant sun, rain, salt-laden air, and humidity; frequent high winds, earthquakes, lightning storms, and other detrimental environmental aspects. Tropical environments are considered to occur in the tropical region, which is considered to cover a broad band of the earth's surface bordering the equator from the Tropic of Capricorn to the Tropic of Cancer. Include the following items in Section H, Block 30 of the SF 330: (1) a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria, (2) your DUNS, CAGE, and TIN numbers, and (3) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Estimated award timeframe is April 2013. All contractors are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at http://sam.gov Completion of electronic annual representations and certifications is also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications (May 2012). 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. The selected A-E firm may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within twenty days of the meeting. The contract will require that the selected A-E firm have e-mail and Internet on-line access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. The SF 330 shall be submitted in two (2) separate volumes. Volume I shall contain Part I of the SF 330 (Contract-Specific Qualifications) and Volume II shall contain Part II of the SF 330 (General Qualifications), letters of commendation and/or awards. The printed format for both Volumes shall be in an 8-1/2" x 11" paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and one-sided. Volume I shall be limited to 200 pages including photographs and/or drawings. All pages exceeding the 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. Responses are due to later than 2:00 p.m. Hawaii Standard Time (HST) on October 31, 2012. The delivery addresses for SF 330s are as follows: (1) For SF 330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command Pacific Code ACQ31:DM (N62742-13-R-0002) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) For SF 330s being sent via courier service or hand-delivered: Naval Facilities Engineering Command Pacific Code ACQ31:DM (N62742-13-R-0002) 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296 Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit two (2) paper copies of Volume I, one (1) paper copy of Volume II, and one CD electronic copy of both Volumes. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. All questions should be submitted in writing and forwarded via e-mail to Ms. Donna Matsuura, donna.matsuura@navy.mil, AND copy to Ms. Bernadette Julian, bernadette.julian@navy.mil, as soon as possible but no later than October 15 2012. Questions submitted after October 15, 2012 may not be addressed due to time constraints. All potential offerors are advised to check daily the NECO website, https://www.neco.navy.mil/, or Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice. THIS IS NOT A REQUEST FOR PROPOSALS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274213R0002/listing.html)
- Document(s)
- Attachment
- File Name: N6274213R0002_N6274213R0002_attachment__D.docx (https://www.neco.navy.mil/synopsis_file/N6274213R0002_N6274213R0002_attachment__D.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6274213R0002_N6274213R0002_attachment__D.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274213R0002_N6274213R0002_attachment__D.docx (https://www.neco.navy.mil/synopsis_file/N6274213R0002_N6274213R0002_attachment__D.docx)
- Record
- SN02905505-W 20121003/121001235146-adc39c47a05b173e935e38b7428a32a3 (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 |