Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 07, 2014 FBO #4731
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity Contract for Architect-Engineer Services for Various Civil Engineering Projects and Related Projects, Various Locations, NAVFAC Hawaii

Notice Date
11/5/2014
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD Joint Base Pearl Harbor Hickam, HI
 
ZIP Code
00000
 
Solicitation Number
N6247815R5022
 
Response Due
12/9/2014
 
Archive Date
12/29/2014
 
Point of Contact
Kimberlee Fujimoto 808-474-9392
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is a 100% set-aside for small business concerns. The small business size standard classification is NAICS 541330 ($14 M in annual receipts over the past three years). Services include, but are not limited to, design and engineering services for various Design-Build and Design-Bid-Build civil engineering projects with associated multi-discipline architect-engineering support services. The services may include, but are not limited to, engineering studies/investigations; Functional Analysis Concept Development (FACD); design charettes; economic analysis; preparation of Design-Bid-Build and Design-Build RFP documents, specifications, cost estimates, and parametric cost estimates; as-built drawings; acceptance testing of critical systems and post construction services. Projects may involve new construction, alteration, repair, and installation of civil facilities, infrastructure and systems. 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 four one-year option years. The Government reserves the right to exercise the option years to extend the contract term. The maximum value for the contract inclusive of all options shall not exceed $5,000,000. 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 $25,000 and $25,000,000. Estimated date of contract award is March 2015. 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: Criterion (1). Professional qualifications of firm and staff proposed for the preparation of Design-Bid-Build and Design-Build Request for Proposal contract documents, preparation of technical reports including engineering investigations and concept studies, topographic surveys, construction cost estimates, and geotechnical investigations as required for civil engineering design, analysis and studies for roadway/parking areas, airfield/runway repairs, fencing/barriers, drainage systems including erosion control and slope stabilization, and utility systems repairs including sewer and water pump stations, for facilities in tropical environments similar to Hawaii. SUBMISSION REQUIREMENTS: (a) SF330, Part 1, Section E. Key personnel shall be proposed. Complete one Section E for each key personnel, providing all requested information. For Section E, Block 13, specify the role of the key personnel proposed for this project, e.g., Principal, Project Engineer, Project Architect, Architect, or Engineer, etc. Do not use other company titles such as Type I Engineer where the discipline and role are unidentifiable. (b) SF330, Part 1, Section H. Provide a list indicating by discipline (i.e., architectural, civil, structural, electrical, mechanical, fire protection, interior design, and cost engineering) the number of licensed professionals proposed. Criterion (2). Specialized recent experience and technical competence of firm or particular staff members proposed for the design and preparation of Design-Bid-Build and Design-Build Request for Proposal documents for roadway/parking areas, airfield/runway repairs, fencing/barriers, drainage systems including erosion control and slope stabilization, and utility systems repairs including sewer and water pump stations, for facilities in tropical environments similar to Hawaii. NOTE: Specialized recent experience and technical competence of firm or particular staff members of the prime A-E will be given more favorable consideration. SUBMISSION REQUIREMENTS: (a) SF330, Part 1, Section F. For the proposed team, provide in Section F a maximum of ten (10) completed relevant projects along with description of correlated A-E support services rendered. Professional services of relevant projects submitted must have been completed within the past 10 years. If more than 10 projects are submitted for evaluation, the Government will evaluate the first ten projects and disregard any other project information after the first ten projects. Relevant projects shall be civil or multi-disciplinary projects in tropical environments similar to Hawaii, Guam, and Pacific Ocean areas. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Section F, Block 25, item (3) ROLE, shall clearly identify the prime contractor (e.g., ROLE, Electrical prime contractor). (b) SF330, Part 1, Section E. Each Section E shall include a maximum of five (5) completed relevant projects along with description of correlated A-E support services rendered. If more than five projects are submitted for evaluation, the Government will evaluate the first five projects and disregard any other project information after the first five projects. Professional services of projects submitted must have been completed within the past 10 years. 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. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. For each relevant project submitted in Section F, submit a DD2631, Performance Evaluation (Architect Engineer). If a DD2631 is not available, provide a Performance Survey (download from NECO website) and submit the Survey with the SF330. The Performance Survey shall be from the contracting agent and/or their representative responsible for the construction contract administration, or from the facility owner/user. It shall not be from the prime contractor on a design build project nor shall it be from a prime contractor to a subcontractor. Otherwise provide a Performance Evaluation for other relevant projects not indicated in Section F. The information provided in the SF330 may provide the major portion of the information used in the Governments evaluation for past performance. The Government however, is not restricted to the information provided by the SF330 and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS), Architect Engineer Contract Administration Support System (ACASS) and inquiries with previous customers / owners. If the A-E received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the A-E to provide an explanation of the rating and what the A-E has done or will do to preclude less than satisfactory ratings on future contracts. Criterion (4). Capacity to accomplish the work in the required time. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Describe the proposed team s ability to complete several large and small task orders concurrently requiring quick turnaround. Indicate the firms current workload and the availability of the prime and sub-consultants for the specified performance period. Criterion (5). Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach. This includes Low Impact Development (LID) requirements. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Provide specific examples of a maximum of five (5) projects completed that applied sustainability concepts and principles through an integrated design approach. Discuss key personnel experience and qualifications. Criterion (6). A-Es quality control program experience. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Briefly describe how the prime ensures quality consistently across the entire team and how quality of subcontractors work is assured. Briefly describe internal quality assurance procedures and indicate effectiveness. Address the teams QC processes for checking documents for errors, omissions and quality and incorporating and tracking review comments. Criterion (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. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Indicate location of office that will be performing the work including sub consultants offices. Describe and illustrate the team s knowledge of the geographical area (e.g., Hawaii, Guam and other tropical areas in the Pacific Ocean). Address ability of the firm to ensure timely response to requests for onsite support. Criterion (8). 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. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Provide a list of DoD contracts awarded in the last 12 months. Include dollar amount for each contract/task order awarded. Firms with multiple offices shall indicate which office was awarded the contract/task order. 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). 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, NAVFAC HAWAII (Code OPHA1:KF), 400 Marshall Road, Building A-13, JBPHH, HI 96860-3139, (A-E Solicitation No. N62478-15-R-5022). This address is for all deliveries, including U.S. 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. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. 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. Firms responding to this announcement by Tuesday, December 9, 2014 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/N62742PH/N6247815R5022/listing.html)
 
Place of Performance
Address: NAVFAC Hawaii, Acquisition Department,
Zip Code: 400 Marshall Road, Bldg. A-13, Joint Base Pearl Harbor Hickam, HI 96860, JBPHH, HI
 
Record
SN03566753-W 20141107/141105234321-49a450ef7f3ed222c491c8d62a784aa8 (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.