Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2015 FBO #4801
MODIFICATION

C -- Architect-Engineering Services for the United States Property and Fiscal Office (USPFO) for Hawaii Indefinite Delivery Indefinite Quantity for a two year base period and three one year options

Notice Date
1/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
 
ZIP Code
96707
 
Solicitation Number
W912J615R0001
 
Archive Date
3/4/2015
 
Point of Contact
Manuel Llanes, Phone: 8088446335, Julianne Cooper CTR, Phone: 734-532-4912
 
E-Mail Address
manuel.llanes.mil@mail.mil, julianne.j.cooper.ctr@mail.mil
(manuel.llanes.mil@mail.mil, julianne.j.cooper.ctr@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DESCRIPTION: The United States Property and Fiscal Office (USPFO) for Hawaii intends to award one (1) single firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) Architect-Engineer (A-E) Services contract. This announcement is being solicited as a Competitive 8(a) Program Set-Aside. Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. The offeror's approved business plan is on the file and serviced by Hawaii District Office 0951. The small business size standard is $4.5 Million. The North American Industry Classification System (NAICS) code for this action is 541330. The Point of contact for this announcement is MAJ Manuel Llanes. Submit questions to manuel.llanes.mil@mail.mil, and Ms. Julianne Cooper CTR julianne.j.cooper.ctr@mail.mil. No phone questions will be honored. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: The United States Property and Fiscal Office (USPFO) for Hawaii is soliciting for Non-Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Brooks Act) and Federal Acquisition Regulation (FAR) Part 36. This announcement is being solicited as a Competitive 8(a) Program Set-Aside. Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program. The offeror's approved business plan is on the file and serviced by Hawaii District Office 0951. The small business size standard is $4.5 Million. The North American Industry Classification System (NAICS) code for this action is 541330. The work requires multi-discipline professional A-E services for various projects throughout the State of Hawaii (Hawaii Air National Guard/Hawaii Army National Guard and any other Department of Defense components). The selection of the firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services, as more fully set forth in the selection criteria. The A-E firm must be capable of responding to and working on multiple task orders concurrently. All firms responding to this announcement are cautioned to review FAR 9.5 - Organizational and Consultant Conflicts of interest; and FAR 36.209 - Construction Contracts with Architect-Engineer firms. The USPFO for Hawaii intends to award one (1) Firm-Fixed-Price Architect-Engineer (A-E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contract, with Options, primarily for the support of National Guard activities throughout the State of Hawaii (Hawaii Air National Guard/Hawaii Army National Guard) and any other Department of Defense components. This is not a requirements contract. The A-E IDIQ contract will be established for a base period of two (2) year with options exercisable for three (3) successive one (1) year option periods. The total contract period, to include options, shall not exceed five (5) calendar years. A one-time minimum guaranteed amount for the contract is $500, and a cumulative $5 Million ceiling will apply for the duration of each contract with a $500,000 limit on individual Task Order amounts except in unusual circumstances and approved by higher headquarters up to $750,000. There is no minimum guarantee in the option years. Firm-Fixed-Price (FFP) Task Orders are anticipated to be awarded against the A-E IDIQ contract. The Government anticipates that this announcement will result in the award of one (1) contract to provide services to supported locations/activities on a statewide basis. Accordingly, while the primary location is on the Island of Oahu task orders may also be issued for locations/activities throughout the State of Hawaii. Offerors shall note that there will be no travel paid on the resulting task orders except on a limited basis travel to Islands other than Oahu, when required and authorized by the Contracting Officer. DUTIES: Work will involve a broad variety of investigative, design and construction monitoring/administrative services (Types A, B, and C services respectively), and miscellaneous other services which include, but are not limited to: Investigative, design and/or monitoring services for design-bid-build and criteria consultant services for design-build projects pertaining to repair, maintenance, alteration or new construction of facilities and aviation-related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation /archaeological and environmental services, studies and reports; topographic subsurface investigation and other surveys; anti-terrorism/force protection; GeoBase/GIS, telecom/data layout; space planning and interior design to include furniture fit-out; Commissioning and RetroCommissioning services; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle cost analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; and on occasion, participation in peer review processes and source selection boards. Designed projects shall incorporate, but are not limited to, applicable sustainable design methods and practices in accordance with LEED, EPACT 2005 and ANG Sustainable Design and Development policies. DISCIPLINES: The work will require primarily architectural; mechanical, electrical, civil and structural engineering; cost estimating; and specs writing services but may also necessitate, but is not limited to, geotechnical, toning/subsurface mapping, environmental, industrial hygienist, fire protection, historic preservation and archaeological monitoring, surveying, space planner/interior designer, landscape architect or designer, construction manager/inspector, USGBC LEED accredited professional, and other disciplines with specialized experience. SELECTION CRITERIA: The selection criteria listed below in descending order of importance Failure of a firm to address its specified qualifications will result in the incontrovertible determination that the submittal is non-responsive. Firms will be evaluated on the following factors and A&E selection criterion, included in descending order of importance: (1) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services. Address professional qualifications by education, training, registration, certifications, overall and relevant documented specialized experience of key individuals in the discipline of Architecture; Mechanical; Civil; Electrical; Structural; and Interior Design. (2) SPECIALIZED EXPERIENCE and technical competence in the type of work described in CONTRACT INFORMATION, DUTIES, including experience in energy-efficient products and services, products and services that utilize renewable energy technologies, waste reduction, environmentally preferable products and services and use of recovered/recycled materials. (3) CAPABILITY TO ACCOMPLISH the work in the required time. Discuss ability to meet the potential of working on multiple task orders at one time. Address your ability to sustain the loss of key personnel yet accomplish the work within required times. Address your management approach, organizational flow chart showing the inter-relationship of management and various team components, management and coordination of disciplines and subcontractors, and quality control procedures. Address capability to furnish drawings in CADD voloview or maxview/.CAL format; text documents in Microsoft Office format; and specifications as an Adobe Acrobat PDF file. (4) PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. List but do not submit more than five (5) actual copies of recent awards, commendations or other superior performance indicators. (5) LOCATION in the general geographical area of the projects and knowledge of the locality of the project areas (State of Hawaii). All contract work is to be performed within the State of Hawaii. Address specific knowledge of Hawaiian topography and soil conditions, coastal and weather conditions, knowledge of State of Hawaii local building codes and practices, and major building materials readily available on island. (6) VOLUME OF WORK awarded by DOD within the previous 12 months. SUBMISSION REQUIREMENTS: Interested Architect-Engineer firms having the capabilities to perform the anticipated work are invited to submit three (3) completed and bound paper copy of their SF 330 (Parts 1 and II)(Architect-Engineer Qualifications). Additionally, firms shall submit three (3) electronic copies of the data on CD/DVD. The CD/DVD shall not substitute for the hard copy submission. Submitting firms are to include the DUNS number along with the name of the firm in Block 5 of the SF 330, Part 1, Section B. Firms located within the United States may obtain a DUNS number by calling Dun and Bradstreet at 1-888-253-1546 or via the internet at http://www.dnb.com. Font Size shall be at least 10 pitch or larger on white letter-sized paper (8-1/2 inches by 11 inches), limited to 20 double-sided sheets, stapled, fastened or bound. Do not furnish design portfolios, prints, magazines, newspaper clipping and/or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Blank sheets/Tabs separating the sections within the SF 330 will not count in the page-count maximum for PART I. Solicitation packages will not be provided. Qualification submissions must be received no later than 10:00 a.m., Hawaiian Standard Time, on February 17, 2015. Submission may be hand-carried to the Purchasing and Contracting Division, 91-1179 Enterprise Avenue, Bldg 117, Kapolei, HI. 96797 or mailed to USPFO for Hawaii, ATTN: Purchasing and Contracting Division, 91-1179 Enterprise Avenue, Kapolei, HI. 96707-2150. Facsimile transmissions will not be accepted. Late proposal rules in FAR 15.208 will be followed for submissions received after 10:00 a.m. Hawaiian Standard Time on the closing date specified in this announcement. No other general notification to firms under consideration for this project will be made. All information relating to this synopsis, including pertinent changes/amendments and information prior to the date set for receipt of A-E Qualification Submission will be posted on the following website: https://www.fbo.gov. Cover letters and extraneous materials ARE NOT desired and WILL NOT be considered by the selection boards. Personal visits, for the purpose of discussing this announcement or the Submittal, will not be allowed. To be eligible for contract award, a firm must be registered System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. Firms should be registered well in advance of the closing date for submission of the SF 330 as the process may take 3 - 5 days. SUBMIT QUESTIONS ONLY TO: manuel.llanes.mil@mail.mil and copy julianne.j.cooper.ctr@mail.mil. No phone questions will be honored. Questions will be answered in writing and posted to a Questions and Answer document and posted to http://www.fbo.gov. Contractors are encouraged to view the Q&A document BEFORE sending in question as it may already be answered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J615R0001/listing.html)
 
Place of Performance
Address: United States Propoerty and Fiscal Office (USPFO) for Hawaii, Kapolei, Hawaii, 96707, United States
Zip Code: 96707
 
Record
SN03616020-W 20150116/150114234306-2b089de2518ceb3ede40c9cb738736e7 (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.