DOCUMENT
C -- IDIQ Architect-Engineer (A-E) Services for Geotechnical Projects, Various Locations in All Areas under Cognizance of Naval Facilities Engineering Command, Pacific - Attachment
- Notice Date
- 3/12/2015
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274215R0002
- Response Due
- 4/14/2015
- Archive Date
- 4/29/2015
- Point of Contact
- ANNETTE TIJERINA 808-471-0794
- Small Business Set-Aside
- Total Small Business
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE Request for Proposal (RFP) PACKAGE TO DOWNLOAD. Architect-Engineer (A-E) Services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Geotechnical Projects, Various Locations in All Areas under Cognizance of Naval Facilities Engineering Command, Pacific. Services include, but are not limited to design and engineering services for geotechnical investigations including subsurface borings, 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 area of responsibility (AOR). The services may involve but are not limited to earthwork; 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, pavement distress surveys, analysis, reports; post construction award services (PCAS), and related work. The work may include projects in various NAVFAC Pacific locations in tropical environments similar to Hawaii and Guam. 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. Evaluation and selection of the most highly qualified firm will be based on the selection criteria stated herein. The A-E must demonstrate its and each key consultant s qualifications with respect to the published selection criteria for all services. The following selection criteria 1 thru 7 are list below in descending order of importance: Criterion (1). Professional Qualifications of the prime firm and key personnel (may be from the prime firm and/or subconsultant s firm) proposed for this contract. The evaluation will consider professional registration, education, relevant experience and longevity with the firm in conducting geotechnical investigations and consulting work relating to earthwork, pavement, and foundation design in support of multi-discipline architect-engineering services that include Military Construction project documentation (DD Form 1391), Functional Analysis and Concept Development (FACD), Design Charrette, and Request for Proposal (RFP) Design-Build (DB) and Design-Bid-Build (DBB) solicitation documents for projects in Hawaii, Guam, and tropical areas within the NAVFAC Pacific AOR. Tropical areas are defined as locations lying between the Tropic of Cancer and Tropic of Capricorn. The work also includes as supporting elements of work environmental investigations; hazardous waste handling and disposal; and solid waste handling and disposal. For relevant DB RFP projects, familiarity with the NAVFAC 6-part DB RFP will be evaluated more favorably. SUBMISSION REQUIREMENTS: SF330, Part 1, Section E. Key Personnel shall be proposed for but not limited to the following disciplines: geotechnical, civil, structural, environmental, cost, and ocean engineering. Provide the following: (1) list of names of each proposed key personnel to be assigned to this contract. Identify and describe their professional registration or qualifications, role expected to play in this contract, and roles they performed in projects similar to those listed in Selection Criterion 2; and (b) resumes for key personnel are limited to two (2) pages each and shall include project specific info that clearly set forth the role and experience the individual had in performing the contract. Any pages over this limit will not be considered. Complete one Section E for each key personnel, providing all requested information. For Section E, Block 13, specify the proposed role of the key personnel in this Contract; i.e., Principal, Project Manager, or Engineer, etc. Each Section E submission shall include a maximum of five (5) completed relevant projects along with description of correlated A-E support services rendered, e.g., multi-discipline architect-engineering support services that may include Military Construction project documentation (DD Form 1391), Functional Analysis and Concept Development (FACD), Design Charrette, and Request for Proposal (RFP) Design-Build (DB) and Design-Bid-Build (DBB) solicitation documents for projects in Hawaii, Guam, and tropical areas within the NAVFAC Pacific AOR. Tropical areas are defined as locations lying between the Tropic of Cancer and Tropic of Capricorn. 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 5 years. Limit key personnel to not more than five (5) for the prime firm and not more than three (3) for the subconsultant s firm. If more key personnel are submitted for evaluation, the Government will evaluate the first key personnel up to the limits given above and disregard any excess key personnel information. Professional qualifications of prime firm or prime firm s key personnel will be evaluated more favorably than that of a subconsultant s. Criterion (2). Specialized Recent Experience within the last 5 years and Technical Competence of the prime firm and key personnel (may be from the prime firm and/or subconsultant s firm) proposed for this contract in conducting geotechnical investigations and consulting work relating to earthwork, pavement, and foundation design in support of multi-discipline architect-engineering services that include Military Construction project documentation (DD Form 1391), Functional Analysis and Concept Development (FACD), Design Charrette, and Request for Proposal (RFP) Design-Build (DB) and Design-Bid-Build (DBB) solicitation documents for projects in the Hawaii, Guam, and tropical areas within the NAVFAC Pacific AOR. Tropical areas are defined as locations lying between the Tropic of Cancer and Tropic of Capricorn. The work also includes as supporting elements of work environmental investigations; hazardous waste handling and disposal; and solid waste handling and disposal. Specialized recent experience and technical competence of the prime firm or prime firm s key personnel will be evaluated more favorably than that of a subconsultant s. Projects located within the NAVFAC Pacific AOR will be evaluated more favorably. For relevant DB RFP projects, familiarity with the NAVFAC 6-part DB RFP will be evaluated more favorably. SUBMISSION REQUIREMENTS: (1) SF330, Part 1, Section F. The A-E should provide a maximum of five (5) completed relevant projects along with a detailed description of A-E support services rendered Professional services of relevant projects submitted must have been completed within the past 5 years. If more than 5 projects are submitted for evaluation, the Government will evaluate the first five projects and disregard any other project information after the first five projects. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) type contract. Submission of information on an IDIQ type contract in general terms will not be considered. Experience and technical competence of the prime firm/key personnel will be given more consideration than that of a subconsultant s. Criterion (3). Past Performance: A-E firms will be evaluated on the projects documented in selection criterion (2) above with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance information not related to the projects described to meet selection criterion (2) will not be considered. The A-E shall provide ACASS performance documentation or similar for each project. If an ACASS performance documentation or similar for each project is not available, provide a Performance Survey (download from the 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 contract administration, or from the facility owner/user. It shall not be from the prime contractor on a project nor shall it be from a prime contractor to a subcontractor. 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. In evaluating past performance, the Government may consider information in the A-E s SF330 and information gathered from other sources including former customers, Government agencies, federal databases and other references. The info provided by the A-E 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 Offeror and may use other sources to assess past performance info such as the Past Performance Info Retrieval System (PPIRS), A-E Contract Administration Support System (ACASS), and inquiries with previous customers/owners. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. If an A-E is utilizing past performance information of affiliates/subsidiaries/parent /LLC/LTD member companies, the proposal shall clearly demonstrate that the affiliate/subsidiary/parent/LLC/LTD member companies will have meaningful involvement in the performance of the contract in order for the past performance info of the affiliate/subsidiary/parent/LLC/LTD member companies to be considered. The information submitted shall state specific commitments of technical resources (e.g. personnel, equipment) that the affiliate/subsidiary/parent/LLC/LTD member companies will commit to the performance of this contract. In particular, the submitted information will clearly state the specific commitments of resources of the affiliate/subsidiary/parent/LLC/LTD member that will perform the contract requirements. The SF330 shall also describe specific roles of the affiliate/subsidiary/parent/LLC/LTD member companies in terms of the work it will either self-perform or manage on behalf of the A-E for future task orders in performance of the contract. A subcontractors or subconsultants past performance will not be given the same level of consideration as either the prime contractor or the joint venture partner because there is no direct legal relationship between the Government and the subcontractor/subconsultant. The Government will consider the past performance and experience of a subcontractor/subconsultant where the prime contractor provides, in its SF330, evidence of a binding teaming agreement or other contractual agreement which creates legal responsibility on the part of the prime contractor and the subcontractor/subconsultant to enter into a subcontract. However, the level of consideration will depend on the extent to which the A-E demonstrates the prime contractors commitment to award a subcontract to the subcontractor/subconsultant and subcontractors/subconsultants commitment to enter into a subcontract with the prime contractor, including legal accountability for both parties. Prime contractor-subcontractor/subconsultant teams/Joint Ventures/LLCs/LTDs with a demonstrated history of working successfully together on prior projects may be considered more favorably than those without such history. 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 firm s current workload and the availability of the prime and subconsultants for the specified performance period. Criterion (5). Quality Control Program. 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 team s QC processes for checking documents for errors, omissions and quality and incorporating and tracking review comments. Criterion (6). A-E Firm s Location: A-E firms will be evaluated on the locations of the office or offices from which the A-E firm will perform the work under this contract. Locations within the general geographical area of the work and knowledge of the locality of the work (e.g., Hawaii, Guam, tropical areas within the NAVFAC Pacific AOR) will be evaluated. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Indicate the 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, tropical areas within the NAVFAC Pacific AOR). Address ability of the firm to ensure timely response to requests for on site support. Criterion (7). Volume of Work: A-E firms will be evaluated in terms of work previously awarded to the A-E firm by Department of Defense (DoD) within the past 12 months, 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 or task orders awarded in the past 12 months. Include dollar amount for each contract/task order awarded. If the firm performed work as a subcontractor, indicate the contract and/or task order of the prime contractor and the estimated amount completed as the subcontractor. A-E firms with multiple offices shall indicate which branch office completed each project. This procurement is being solicited on a 100% set-aside for small business concerns; therefore, replies to this notice are requested from only small business concerns. The North American Industry Classification System (NAICS) Code is 541330. The Small Business size standard is $15.0 million average annual receipts over the past three years. Estimated date of contract award is September 2015. Work under this IDIQ contract will be issued by firm-fixed price task orders. The contract term will be a base year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $10,000,000. The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the Government subject to the workload and/or satisfactory performance by the A-E under the contract. There will be no synopsis in the event the options included in the contract are exercised. The minimum guarantee for the entire contract term (including option years) is $10,000. Estimated construction cost of project is between $5,000 and $100,000,000. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. 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. 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 the A-E ineligible for award. For more information, check the SAM Website: https://www.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 2014). For technical SAM help, contact the SAM help desk at www.fsd.gov. 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. 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 government will put more importance on criteria performed in whole or in part by the prime contractor vice a subcontractor. Submittals that do not include responses addressing ALL elements of the criteria stated above must include an explanation why that element is not addressed. Any other information submitted such as company brochures, leaflets, etc., will not be considered. The contract will require that the selected A-E firm have e-mail and Internet on-line access for routine exchange of correspondence. All questions should be submitted in writing and forwarded via e-mail to Ms. Annette Tijerina, annette.tijerina@navy.mil no later than March 30, 2015. Questions submitted after March 30, 2015 may not be addressed due to time constraints. Verbal queries will not be entertained. 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. 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. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Include a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria. If necessary, continue on plain bond paper. The SF 330 shall be typed and one-sided (8.5 x 11 inches) pages. Include the following items on the SF330, Part 1, 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) an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C, (3) your DUNS, CAGE, and TIN numbers, and (4) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. This announcement requires all interested firms to have an email address. Notifications will be via email, therefore, please include an email address on the SF 330, Part I, Section B8. In accordance with the Brooks Act, the A-E firm must be a registered /licensed architect and/or engineering firm to be eligible for award of this contract and must submit proof (i.e. State registration number, a brief explanation of the A-E firm s licensing in states that do not register firms, etc.) with the SF 330. Failure to submit the required proof may result in an A-E s elimination from consideration. Interested firms must allow sufficient time for receipt of submission. Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, A-E Qualifications to the office shown below. SF330, Part II, shall be submitted for each firm that will be part of the team proposed and identified in Part I. Submit three (3) hard copies and one (1) electronic copy on a CD of Parts I and II are required. Firms responding to this announcement by 14 April 2015, 2:00 p.m. Hawaii Standard Time (HST) will be considered. This is not a request for a proposal. (1)For SF330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch (ACQ31:AT) N62742-15-R-0002 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2)For SF330s being hand-delivered or Private Courier: Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch (ACQ31:AT) N62742-15-R-0002 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274215R0002/listing.html)
- Document(s)
- Attachment
- File Name: N6274215R0002_Synopsis_PERFORMANCE_SURVEY.doc (https://www.neco.navy.mil/synopsis_file/N6274215R0002_Synopsis_PERFORMANCE_SURVEY.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6274215R0002_Synopsis_PERFORMANCE_SURVEY.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274215R0002_Synopsis_PERFORMANCE_SURVEY.doc (https://www.neco.navy.mil/synopsis_file/N6274215R0002_Synopsis_PERFORMANCE_SURVEY.doc)
- Record
- SN03665438-W 20150314/150312234500-b04f2e1dafab048585df3ed6003a8176 (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 |