MODIFICATION
C -- Multi-Discipline Shipyard Engineering, Planning, and Design Services - Solicitation 1 - Past Performance Questionnaire (PPQ)
- Notice Date
- 7/3/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- N4523A18R1351
- Archive Date
- 9/4/2018
- Point of Contact
- Kaleb Hoffer, Phone: 3606274364, Daniel J. Ellis, Phone: 3604764001
- E-Mail Address
-
kaleb.hoffer@navy.mil, daniel.ellis@navy.mil
(kaleb.hoffer@navy.mil, daniel.ellis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Past Performance Questionnaire (PPQ) to be used if Contractor Performance Assessment Reporting System (CPARS) evaluations are unavailable. Synopsis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olicitation No:N4523A-18-R-1351 Agency:Department of NAVY Office:Puget Sound Naval Shipyard and Intermediate Maintenance Facility Location:Performance is primarily expected to be in Kitsap County, WA. Other areas of performance may be expected of the contractor based upon the needs of PSNS and IMF. I.CONTRACT INFORMATION A.General The current requirements are to provide marine design and engineering services for Puget Sound Naval Shipyard & Intermediate Maintenance Facility. The Contractor shall provide comprehensive services for all current and former U.S. Naval vessels, ships, craft and boats in the areas of naval architecture, civil, mechanical, electrical, electronics, industrial, and environmental engineering. The work will include cost estimating, engineering designs and calculations, technical research, and detailed reports based on engineering studies and analysis relating to marine vessels and equipment (including but not limited to cranes, caissons and similar equipment used to support ship repairs, overhaul and dismantling). The requirements also include Computer Aided Drafting and Design (CADD) drafting and modeling. B.Type and Number of Contracts GOVERNMENT intends to award a multiple award indefinite delivery indefinite quantity, firm-fixed-price contract to the three most highly qualified contractors. The awarded contractors will have a five (5) year base period and a shared capacity of $40 million among the contract pool. Contract awards are anticipated in the first quarter of Fiscal Year (FY) 2019. C.Competition The North American Industry Classification (NAICS) code for this acquisition is 541330 Engineering Services, which has a size standard of $38.5 million in average annual receipts. This announcement is open to all businesses regardless of size. In accordance with Federal Acquisition Regulation (FAR) 6.203, FAR 19.502-3, FAR 19.502-4, however, the Contracting Officer may reserve that one awardee be small business. Small businesses are encouraged to team with other small businesses. D.System for Award Management To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220. Firms must register prior to the due date for responses to this synopsis in order to enable the Contracting Officer's review of SAM Exclusions. E.Service Contract Act Firms are advised that the resulting contract will require that the wages and benefits of listed services employees (see FAR 22.10) be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location, not the location of the work. See http://www.wdol.gov for additional information. II.SELECTION PROCESS A.Selection for Contract Negotiation In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), GOVERNMENT will select firms for contract negotiation using the procedures set forth in FAR Subpart 36.6 and Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 236.6: •In accordance with FAR 36.602-3(a), GOVERNMENT will review the Standard Form (SF) 330s submitted in response to this synopsis. •In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), GOVERNMENT will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS Procedures, Guidance, and Information (PGI) 236.602-1, as set forth in greater detail in this synopsis. •In accordance with FAR 36.602-3(c), GOVERNMENT will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services described in this synopsis. •On the basis of the above, in accordance with FAR 36.602-3(d), GOVERNMENT will determine the firms most highly qualified to perform the required services described in this synopsis. B.Selection for Task Order Negotiation In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), GOVERNMENT will select firms for task order negotiation using the procedures set forth in FAR Subpart 36.6 and DFARS Subpart 236.6. •After task order requirements are defined, GOVERNMENT will determine if the SF 330s submitted in response to this synopsis provide the information needed to provide a basis to determine the most highly qualified contractor to perform the task order requirements, or if additional, task order-specific information is needed to determine the most highly qualified contractor to perform the task order requirements. •If GOVERNMENT determines that it requires additional, task order-specific information to determine the most highly qualified contractor to perform the task order requirements, GOVERNMENT will issue a task order synopsis to the eligible contract holders notifying them of the task order requirements and selection criteria, and offering the eligible contract holders an opportunity to submit SF 330s specific to the task order requirements. Such a task order-specific SF 330 may not include a team member not identified in Part I, Section C of the SF 330 submitted in response to this synopsis. •In accordance with FAR 36.602-3(a), GOVERNMENT will review the contract holders' SF 330s on file or, as requested by GOVERNMENT, SF 330s specific to the task order requirements. •In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), GOVERNMENT will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS PGI 236.602-1. oIf GOVERNMENT's evaluation will be based upon SF 330s on file, GOVERNMENT will evaluate firms' qualifications under the selection criteria set forth below, as applied to the task order requirements. The selection criteria are listed in descending order of importance. Professional qualifications necessary for satisfactory performance of the required services Capacity to accomplish the work in the required time Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Knowledge of the locality of the project Extent of participation of small businesses (secondary criterion, to be used as a tie-breaker only) Total volume of DoD contracts (secondary criterion, to be used as a tie-breaker only) oIf GOVERNMENT's evaluation will be based upon SF 330s specific to the task order requirements, the selection criteria will be set forth in greater detail in the task order synopsis. •In accordance with FAR 36.602-3(c), GOVERNMENT will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services for the task order. oIn instances where the same required services recently have been acquired under a substantially similar task order, GOVERNMENT has up-to-date information on the contractors' relevant qualifications under the evaluation criteria applicable to the task order, and GOVERNMENT has held recent discussions with the most highly qualified firms, discussions will be at the discretion of the selection authority. In such instances, the selection authority will use previously acquired discussion information only if all relevant information required by FAR 36.6 is available, documented, and up-to-date. •On the basis of the above, in accordance with FAR 36.602-3(d), GOVERNMENT will determine the firms most highly qualified to perform the required services for the task order. III.PROJECT INFORMATION Projects will fall within the following functional areas: Engineering Designs and Calculations Design involving judgments in recommending alternative design or materials and in planning or conceiving engineering systems, structures, machinery, electrical or electronic installations in order to satisfy performance, economy, safety, size, strength, durability, producibility, and maintainability factors. Calculations may be required to support engineering designs. These may include Heating, Ventilation and Air Conditioning (HVAC) calculations, pipe stress analysis, piping pressure and flow loss calculations, complex structural finite element analysis for anisotropic and isotropic materials, vibration and shock analysis, system load analysis and fault current/protective device coordination analysis. Data collection may be needed for calculations, including development of mock-ups for system prototypes or models. Design shall include cost estimation and technical analysis. Technical Document Preparation, Publication, and Reproduction for U.S. Navy Ships Engineering drawings and manuals, which include, but are not limited to, Ship Installation Drawings (SIDs), Selected Record Drawings (SRDs), Ship's Information Book (SIB), and Propulsion Operating Guide (POG), shall be developed in accordance with the PSNS & IMF Engineering Planning Procedure Manual (EPPM) unless otherwise specified in the specific task order. Drawing development or associated reports may include the need for cost estimation. Detailed Report Analysis Engineering reports may include, but are not limited to reports or designs for equipment used to support the overhaul, repair and dismantling of ships. Technical Research Technical research to support development of Ship Change Documents (SCD), Installation Control Drawings (ICD), and Ship's Installation Drawings (SIDs). Troubleshooting and Failure Mode Analysis Engineering, reverse engineering, troubleshooting, and repair of shipboard Hull Mechanical & Electrical equipment. Engineering Assessments and Inspections of U.S. Navy Ships: The Contractor will be required to perform on-site surveys as necessary, including outside the United States. These surveys may involve a wide variety of ship types such as, but not limited to: aircraft carrier, cruisers, amphibians, auxiliaries, and submarines. Computer Aided Drafting and Design (CADD) and Ship Modeling for U.S. Navy Ships: The Contractor shall develop detailed design drawings on a CADD system. The CADD system shall be capable of producing 2D and 3D design drawings. IV.SUBMISSION REQUIREMENTS A.General Instructions Submit an SF 330, following the instructions set forth in that form except as supplemented below. Do not submit any additional information not required by the SF 330's instructions as supplemented by the supplemental instructions set forth below. GOVERNMENT will not consider any such additional information in its evaluation of firms' SF 330s. Except as otherwise permitted below, firms must use the fillable version of SF 330 available on the U.S. General Services Administration website at https://www.gsa.gov/forms-library/architect-engineer-qualifications, using the space available and font settings embedded in that document. Submit one (1).pdf copy of the SF 330 and required attachments via ARMDEC SAFE no later than 9:00 AM on 20 August 2018. Instructions for using AMRDEC SAFE can be found by going to the following web address: https://safe.amrdec.army.mil/safe/guide.aspx This is not a request for proposal. B.Supplemental Instructions 1.SF 330 Part I, Section C If additional room is needed to complete Part I, Section C because the proposed team consists of more than six firms, attach as many additional Part I, Section Cs as necessary to complete Part I, Section C. If submitting additional Part I, Section Cs, alter the identifiers in the first column (i.e., a. - f.) using the same convention so that each member of the team has a unique identifier. For example, the first six firms would be identified as a. - f., the second six firms would be identified as g. - l., and so on. 2.SF 330 Part I, Section E Submit one Part I, Section E for each of the following key personnel to be provided in each of the six functional areas. In the upper left hand corner of each Part I, Section E, annotate the appropriate functional area. •Principal •Engineering Project Manager •Mechanical Engineer (Junior, Staff, Senior, Subject Matter Expert (SME) •Structural Engineer (Junior, Staff, Senior, Subject Matter Expert (SME) •Electrical Engineer (Junior, Staff, Senior, Subject Matter Expert (SME) •Electronic Engineer (Junior, Staff, Senior, Subject Matter Expert (SME) •Senior Engineering Technician •Engineering Technician •Senior Logistician •Logistician •Drafter IV •Drafter III •Drafter II •Office Automation Clerk •Cost Estimator Junior: Minimum Education BA/BS, Minimum Years Experience 3 Staff: Minimum Education BA/BS, Minimum Years Experience 8 Senior: Minimum Education BA/BS, Minimum Years Experience 15 Subject Matter Expert (SME): Minimum Education MA/MS, Minimum Years Experience 20 3.SF 330 Part I, Section F For each functional area listed below, submit information regarding no more than the corresponding quantity of projects requested. Submit one Part I, Section F for each project. In the upper lefthand corner of each Part I, Section F, annotate the appropriate functional area. The same project may be submitted for more than one functional area; in such cases, submit a separate Part I, Section F for each functional area for which the project is submitted. To be considered, each project must have been performed within six (6) years of the date that responses to this synopsis are due. If additional room is needed to complete Block 25 because more than six firms from Part I, Section C were involved in the project, attach a continuation page providing only the necessary additional Block 25 information. Alter the firm identifiers in the first column as needed for consistency with Part I, Section C. 4.SF 330 Part I, Section G Submit up to four Part I, Section Gs as needed to complete the required information. Alter the example project numbers as needed to cross-reference Part I, Section F. 5.SF 330 Part I, Section H Submit one Part I, Section H for each of the two requirements below. a.Small Business Participation In the space allotted, provide a brief narrative explaining the roles proposed for small businesses on the team. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and Veteran Owned Small Business team members. Identify each firm's name, small business category, and proposed level of participation measured as a percentage of the overall estimated effort. b.Volume of DoD Contracts Provide information regarding all DoD A-E contracts awarded to all firms listed in Part I, Section C within the past twelve (12) months from issue date of this synopsis. List all contract numbers, task orders, and modifications, and include their award dates and total negotiated fees. Submit additional pages only if necessary to provide complete information. 6.Past Performance Submit information regarding past performance as an attachment to the SF 330. For each project submitted in Part I, Section F, submit for each firm listed in Block 25: •A completed Contractor Performance Assessment Reporting System (CPARS) evaluation, if available. •If a completed CPARS evaluation is not available, submit a completed Past Performance Questionnaire (PPQ) for the project. The standard PPQ for USACE is Form PPQ-0 (9/30/11), and is provided as an attachment to this synopsis. Firms are advised to ensure correct phone numbers and email addresses are provided for the client point of contact. Do not submit a PPQ when a completed CPARS evaluation is available. oIf the firm is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ, which will provide contract and client information for the respective project(s). oFirms should follow up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Kaleb Hoffer, via email at kaleb.hoffer@navy.mil, prior to the submission closing date. Firms shall instruct the clients to refer to the synopsis number in the subject line. oPPQs are source selection materials. All successfully submitted PPQs will receive an email confirmation upon receipt. If the firm does not receive the confirmation, it is the firm's responsibility to follow up to ensure the Government has received the information. 7.SF 330, Part II Submit one SF 330, Part II for each firm listed in Part I, Section C. V.SELECTION CRITERIA The evaluation board will conduct evaluations of the SF 330s submitted in response to this synopsis to establish the most highly qualified firms. Following evaluations of SF 330s, the evaluation board will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods furnishing the required services. Thereafter, the evaluation board will prepare a selection report recommending, in order of preference, at least three firms that are considered to be the most highly qualified to perform the required services. GOVERNMENT will evaluate firms' qualifications under the selection criteria set forth below. The selection criteria are listed in descending order of importance. Criteria A-E are primary factors and will be evaluated for all firms. The remaining criteria are secondary factors and will be used only as tie-breakers among technically equal firms. The firms that demonstrate the highest aggregate qualifications relevant to the primary selection criteria will be considered the most highly qualified to perform the required services described in this synopsis. A.Specialized Experience and Technical Competence The board will evaluate project submissions in order to evaluate the proposed team's specialized experience and technical capabilities related to the design and assessment of Naval vessels. In Part I, Section F of the SF 330, submit up to five (5) projects demonstrating similar work performed by the A-E prime or proposed subcontractors within six (6) years of the date of the date that proposals are due. The Government will review project information in order to determine the firm's specialized experience and technical competence with the following relevant work: •Engineering Design and Calculations •Engineering Assessments and Inspections •Technical Document Preparation •Computer Aided Drafting and Design (CADD) and Modeling for U.S. Navy Ships Projects performed by the prime or a Joint Venture partner will receive additional consideration over those performed by other members (i.e. subcontractors or consultants) of the proposed team. Submittals that demonstrate having more of the relevant experiences listed will be rated as more technically relevant. If a prime A-E firm is using a subcontractor's experience to demonstrate experience, the prime A-E firm shall submit letters of commitment from those subcontractors and any key personnel employed by those subcontractors. B.Professional Qualifications Necessary for Satisfactory Performance GOVERNMENT will evaluate firms' professional qualifications necessary for satisfactory performance in each of the functional areas. This evaluation will be based upon the key personnel proposed, considering education, registration (if applicable), and recent and relevant experience as it relates to the work that will be required. C.Capacity to Accomplish the Work in the Required Time GOVERNMENT will evaluate firms' ability to meet workload requirements (including multiple concurrent task orders) primarily through a review of Part II of firms' SF 330s, but may consider any other relevant information bearing on capacity. D.Past Performance The Government will evaluate the projects submitted in Part I, Section F of the offeror's SF 330 discussed in paragraph A in terms of cost control, quality of work, and compliance with performance schedules. Any ratings, letters of appreciation, awards, etc. provided by the offeror for these projects also will be evaluated. In addition to the above, the Government may review other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS (Past Performance Information Retrieval System) including CPARS, using all CAGE/DUNS (Commercial and Government Entity Data Universal Numbering System) numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's SF 330, inquiries of owner representative(s), FAPIIS (Federal Awardee Performance and Integrity Information System), or other databases; telephone interviews with organizations familiar with the offeror's performance, Government personnel with personal knowledge of the offeror's performance capability, and any other known sources not provided by the offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rest with the Offeror. In reviewing past performance information, the Government will take into account the relevancy of the past performed work in addition to how well the offeror performed. E.Knowledge of the Locality In Part I, Section H of the SF 330, demonstrate the firm's familiarity with Puget Sound Naval Shipyard. Firms will be evaluated on the demonstrated breadth and depth of their knowledge in this regard. F.Extent of Participation of Small Businesses GOVERNMENT will evaluate small business participation as proposed in Part I, Section H. SF 330s demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. G.Volume of DoD Contracts GOVERNMENT will evaluate firms' total volume of DoD contracts awarded in the twelve (12) months prior to the issue date of this synopsis as set forth in Part I, Section H. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. VI.QUESTIONS AND INQUIRIES ABOUT THIS SYNOPSIS Submit all inquiries regarding this synopsis via email to Kaleb Hoffer at kaleb.hoffer@navy.mil. Telephone inquiries will not be accepted. The cutoff for questions and inquires is no later than 9:00 AM on 13 August 2018. All firms submitting an SF 330 in response to this synopsis will be held to have reviewed the questions and responses to FBO prior to their submission. Administrative questions should be directed to Kaleb Hoffer at kaleb.hoffer@navy.mil. The secondary point of contact is Daniel Ellis at daniel.ellis@navy.mil. The point of contact for small business questions or assistance is, Brenda Lancaster at brenda.lancaster@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R1351/listing.html)
- Place of Performance
- Address: Puget Sound Naval Shipyard Code, 1400 Farragut, Contracting Code 440.23, Bremerton, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN04977667-W 20180705/180703230700-f721b2066dc35ff19b5a2c200a5ce9e6 (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 |