SOLICITATION NOTICE
C -- Indefinite Delivery/Idefinite Quantity (IDIQ) Contract for Multi-Discipline Architect-Engineer (A-E) Services in Support of Mechanical Electrical & Plumbing (MEP) Small Projects Primarily at Public Works Department (PWD) Crane, Indiana AOR
- Notice Date
- 1/27/2020 10:21:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N40085-19-R-9178
- Response Due
- 3/3/2020 11:00:00 AM
- Archive Date
- 09/30/2020
- Point of Contact
- Gary Milton, Phone: 7573412074, Quin Conerly-Anderson, Phone: 7573410089
- E-Mail Address
-
gary.milton1@navy.mil, Quin.conerly-anderso@navy.mil
(gary.milton1@navy.mil, Quin.conerly-anderso@navy.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- N40085-19-R-9178 INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI-DISCIPLINE ARCHITECT-ENGINEER (A-E) SERVICES IN SUPPORT OF MECHANICAL ELECTRICAL & PLUMBING (MEP) SMALL PROJECTS PRIMARILY AT PUBLIC WORKS DEPARTMENT (PWD) CRANE, INDIANA AREA OF RESPONSIBILITY INCLUDING GLENDORA TEST FACILITY, SULLIVAN, INDIANA. 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 PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) Services in Support of Mechanical, Electrical & Plumbing (MEP) Small Design Projects Engineering and Design Services as required for construction, repair, replacement, demolition, alteration, improvements, for construction work of Special Projects and Military Construction (MILCON) facilities. �These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers and Federal Acquisition Regulation (FAR) Subpart 36.6.� Work under the contract is anticipated to occur primarily at Public Works Department (PWD) Crane Indiana Area of Responsibility (AOR) including Glendora Test Facility, Sullivan Indiana.� However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion).� CONTRACT INFORMATION: The IDIQ contract shall not exceed 5 years (60 months).� The total fee for the contract term shall not exceed twenty-five million dollars ($25,000,000).� The guaranteed minimum for the contract term is five-thousand dollars ($5,000) and will be satisfied by simultaneous award of the initial task order with the basic contract.� The government shall negotiate Firm-fixed price task orders with the successful offeror.� There will be no dollar limit per task order and no dollar limit per year, beyond the previously stated total fee.� This proposed contract is being solicited�as Women-Owned Small Business (WOSB).� The North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is fifteen-million dollars ($16,000,000).� Most task orders issued under this contract will relate to construction contracts with a total value of less than $10M with a significant number of construction projects valued between $1M and $5M. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. �The estimated start date is May 2020. PROJECT INFORMATION: Most projects will involve renovation, repair, or minor new construction projects executed at the Public Works Departments.� Projects may include multiple disciplines or single disciplines, including general building renovation work; development of Design-Bid-Build (DBB) packages; development of Design-Build (DB) packages; request for proposal (RFP) packages; conducting Life Safety Code Studies; interior space planning/design studies; engineering and design of site work; paving; landscaping; communications; fire protection; energy conservation systems; utilities; and faculty planning.� Comprehensive AE services are required for planning, design, and construction services in support of the new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities for MEP small design projects.� AE services may include multiple disciplines or single disciplines, including but not limited to architectural, landscape architecture, structural, mechanical, electrical, civil, geotechnical, fire protection, and cost engineering.� The types of projects may include: administrative, industrial, maintenance, warehouses, communication, personnel support, recreation, lodging, medical, training, and ranges.� Utilities include steam; low pressure compressed air; fresh water; sanitary sewer; oily waste water collection; high voltage to low voltage electrical; fire protection and alarm systems; control systems; lighting; and communications (telephone, television, fiber optics, cyber security, Supervisory Control and Data Acquisition (SCADA) control system, and Local Area Network (LAN)).� Work may also include AE services for projects ancillary to MEP projects such as: buildings; roads; parking areas; railroads; bridges; foundations; retaining walls; failure investigation including destructive and non-destructive testing; seismic evaluation and design; progressive collapse analysis; blast resistant design; structural engineering investigations; utility systems including sanitary and storm; water systems; storm water management; sediment and erosion control; earthwork; surveying; pavement design; and civil engineering studies. Specialized service for telecommunications, physical security, audio-visual and collateral equipment may be required.� Facility types may include, but are not limited to, pavements and associated infrastructure;base utilities, personnel housing facilities (Bachelor Enlisted Quarters (BEQ) and Bachelor Officers Quarters (BOQ), hospitality; office facilities (medical, training, secure facilities); training facilities (operational, maintenance, and classroom); and industrial maintenance facilities (vehicle maintenance shops, intermediate maintenance activities, public works shops, and warehouses) renovation/construction of laboratory spaces and facilities and Research, Development, Test, and Evaluation (RDT&E) spaces and facilities.� Also, substantial work associated with ordnance production/storage facilities including electrical hazard classifications required to be designed to Naval Sea Systems Command Explosives Safety Management Policy (NAVSEA OP 5) requirements.� The selected firm will provide a full range of services for engineering, design and construction phases of anticipated projects, which may include, but are not limited to any or all of the following:� 1. Project management; 2. Data management; 3. Project programming and master planning; 4. Feasibility and concept studies; 5. Space utilization; 6. Design concepts/standards; 7. Research; 8. Analysis; 9. Engineering; 10. Design; 11. Design/build request for proposal preparation; 12. Engineering During Construction (EDC); and 13. Construction phase support for Facility Repair projects involving historic facilities or facilities located in a Historic Districts, including repair, replacement, demolition, and new construction Specific types of AE services that may be required under this contract include: A)������� Planning Services, including the development of project programming document data sheet (DD Form 1391), evaluations, site investigations, and cost estimation such as: 1)� Facility planning services and project development, including: a) Strategic Planning, Master Planning, Capital Planning, and Facilities and Infrastructure Planning, including project development; b) Strong knowledge of Federal and DoD budget process, including the Planning, Programming, & Budget Execution System (PPBES); c) Planning studies; d) Historical studies and Historic American Engineering Record Recordation Documentation; e) Cultural resource investigations; f) Project programming documents (DD Form 1391 development) prepared in the Navy's Electronic Procurement Generator (EPG); g) Functional Analysis Concept Development (FACD)/Design Charrette/other design related workshops and meetings; h) Developing of requirements; i) Preparing engineering evaluations; j) Development of project scope; k) Unit guidance or parametric cost estimating; l) Project programming and requirements development; m) Conceptual pricing development; n) Analysis of proposed sites for foundations, utilities, access, constraints o) Development of Alternatives including Economic Analysis; and p) Supporting Program Objective Memorandum (POM) exhibits, including conceptual graphics representing strategic alignment with DoD and DoN priorities. 2)��Interior Space Planning Design and Collateral Equipment Inventories 3)��Facility analysis, including: a) General condition assessment including code compliance; b) Energy utilization studies; c) Cost valuation surveying; d) Concept and site sketches; e) Recommendations on potential utilities impacts; f) Identification of sustainable features; g) Analysis of proposed sites for foundations, utilities, access, constraints; h) Facility Life Safety Code analysis; i) Exterior and interior hazardous material surveys and analysis; j) Studies, evaluations and testing with associated work; k) Electrical utility surveys; l) Seismic studies; m) Preparation of performance work statements, plans, specifications, and cost estimates; n) Identification of environmental issues; and o) Hazardous Materials including Asbestos, Polychlorinated Biphenyls (PCBs), and lead assessments to determine the presence of asbestos, PCBs or lead. 4)����Site investigation services, including: a) Geotechnical investigation in support of foundation design and site pavement recommendations; b) Pre-design site assessment; c) Utility location/identification; d) Site access studies including wayfinding and pedestrian corridors; e) Site topographic studies and property boundary studies, including flood zones and wetlands topographic and boundary surveys to include survey, mapping, utility investigations; f) Environmental investigations; g) Environmental soil and ground water sampling and analysis; h) Storm Drainage analysis/studies; and i) Traffic analysis. B)��Design Services, including all supporting activities such as site investigation, surveys, design charrettes, cost estimates, etc.: 1. Development of Design-Build (DB) Request for Proposal (RFP) packages including schematic concept drawings and environmental studies; 2. Development of comprehensive Design-Bid-Build (DBB) packages that include full plans and specifications; 3. Design of new construction, both vertical and horizontal; 4. Alteration of facilities; 5. Design Reviews; 6. Value engineering; 7. Life cycle costing; 8. Blast Design; 9. Geospatial Information Systems (GIS); 10. Building Information Modeling (BIM); 11. Maintenance and repair of real property; 12. Construction Cost Estimates; 13. HVAC and Mechanical experience to include work in the following areas: a)� Energy Supply (oil, gas, steam, hot or chilled water supply); b)� Heat Generating Systems (boilers, primary pumps, auxiliary equipment, etc.); c)� Cooling Generating Systems (chillers, cooling towers, primary pumps, condensing units, split system heat pump - outdoor units, etc.); d)� Distribution Systems (AHUs, FCUs, VAV systems, fans, exhaust fans, supply fans, heat exchangers, pumps, convectors, duct heaters, etc.); e) Terminal & Package Units (PTACs, PTHPs, WSHPs, Package/Rooftop Air Conditioners and Heat Pumps, Furnaces, etc.); f) Controls (DDC, stand-alone controllers, etc.); and g) System Testing & Balancing (piping and air system testing and balancing) C)���Construction Services such as the following services: 1. Contractor submittal reviews; 2. Field consultation and special inspections; 3. Electronic Operation and Maintenance Support Information (eOMSI) with a final list of equipment installed and equipment removed during the project that is provided to the government; 4. Obtaining environmental permits and regulatory approvals; 5. As-built and Record Document preparation; and 6. Commissioning HVAC and mechanical systems Project Drawings: AE firms are required to prepare drawings in computer-aided design (CAD) and drafting (CADD) software application marketed by Autodesk� (AutoCAD) using version (2016 or higher) or Revit� marketed by Autodesk using version (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications.� Three-Dimensional (3D) renderings and Building Information Modeling (BIM) may also be required.� Specifications: AE firms are required to prepare specifications in the Specifications-Kept-Intact (SPECSINTACT) program, utilizing NAVFAC Masters. Cost Estimates: AE firms are required to prepare cost estimates utilizing the Micro-Computer Aided Cost Estimating System (MCACES) Second Generation MII estimating system.� AE firms or others under contract providing services to NAVFAC may request software installation packages from NAVFAC Atlantic Capital Improvements (CI) Cost.� The AE is to send an email to NAVFAC-CI-Cost@navy.mil with the following in the Subject Section ""MII License Request.""� Software is generally distributed to AEs free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user. Hazardous Materials: Asbestos, Polychlorinated Biphenyls (PCBs) and or lead-based paint assessments may be required on this contract to determine the presence of hazardous material in existing facilities or at utility points of connections.� When asbestos, PCBs, or lead is found, comprehensive asbestos, PCBs, or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos, PCBs and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required.� Work on and around waterfront structures, including under deck and underwater, and work in confined spaces may be required on this contract.� A-E firms must be able to accept work that involves asbestos, PCBs, lead paint, contaminated ground-water/soil and other hazardous materials, work on and under waterfront structures, and in confined spaces.� Communications: Registered Communications Distribution Designer (RCDD) may be required for telecommunication systems.� Audio-visual systems may be required on this contract with services of Certified Technology Specialist-Designer (CTS-D).� CTS-D whose certification is American National Standards Institute (ANSI) accredited under the International Organization of Standardization (ISO) and the International Electrotechnical Commission (IEC) ISO/IEC 17024 certification of personnel.� Fire Protection: As defined by paragraph 1-5 of Unified Facilities Criteria (UFC) 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant.� Whole Building Design Guide: All engineering and design services shall comply with the most current edition of UFC 1-300-09N Navy & Marine Corps Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org).� Selected A-E firm is required to have online access to web-based support programs and email via the internet for routine exchange of correspondence/information.� Accident Prevention Plan: A-E firm is required to submit and maintain an A-E Accident Prevention Plan (APP) in accordance with U.S. Army Corps of Engineers (USACE) Engineer Manual (EM) 385-1-1, �Safety & Health Requirements,� for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action.� Security Clearances Key personnel, including sub-consultants, MUST be U.S. CITIZENS and able to obtain security clearances as required. Contract Drawings: AE firm will be required to provide documents in Portable Document Format (PDF) format and source files.� Final documents will require electronic signatures following the NAVFAC signature process per Facilities Criteria (FC) 1-300-09N.� System of Units: While it is NAVFAC�s policy to use the metric system International System of Units (SI) of measurement for projects, it should be assumed that projects executed under this contract will use imperial units.� Government�s project manager will prepare a NAVFAC metric waiver for each project task order, as defined by paragraph 1-5 of United Facilities Criteria (UFC) 3-600-01.� System for Award Management (SAM) Database: All contractors are advised that registration in 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 Web site: https://www.sam.gov. Conflicts of Interest: The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, in accordance with FAR 9.5 � Organizational and Consultant Conflicts of Interest.� The prime firm for this contract will be required to perform throughout the contract term. A-E firms are advised that the selected firm, its subsidiaries or affiliates, and its sub-consultants which design, prepare, or provide engineering services in support of construction contract documents cannot provide construction services for the same contract.� This includes concept design, preparation of project programming documents (DD Form 1391), facility siting studies, environmental assessments, geotechnical services, engineering studies and services, design-build Request for Proposals (RFPs), or other activities that result in identification of project scope and cost.� Interviews may be scheduled with firms slated as the most highly qualified.� Firms slated for interviews may be asked to clarify information contained in the SF-330 submittal.� Elaborate presentations are not desired. SELECTION CRITERIA Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria.� Failure to comply with instructions, or provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration.� Specific selection criteria include: 1. Specialized Experience; 2.�Professional Qualifications and Technical Competence; 3. Past Performance; 4. Quality Control; 5. Program Management and Capacity; 6. Firm Location; 7. Commitment to Small Business; and 8. Volume of Work Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) through (7) are slightly less important and are equal among themselves; and Criteria (8) is of the least importance and will be used as a tie-breaker among technically equal firms.� SF-330s will be evaluated to determine the most highly qualified firm based on criterion responses.� Criterion 1 ? Specialized Experience (SF-330 Part 1 Section F):� Firms will be evaluated on specialized experience and technical competence in performance of services similar to those anticipated under this contract through evaluation of experience in: 1. Designing and providing full construction drawings and specifications for various facility projects; including applying sustainability concepts through an integrated, cost effective design approach and designing in accordance with Guiding Principles for Sustainable Federal Buildings; 2. Prepare design-build RFP packages; including environmental surveys, geotechnical reports and schematic design concepts; 3. Experience with historic building repairs and renovations in accordance with the Secretary of the Interior�s Standards; 4. Experience preparing preliminary design deliverables such as concept plans, facility planning studies, including; developing facility requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating; 5. Designing projects experience with local codes, laws and permitting procedures; 6. Preparation of designs using AutoCAD or Revit; and 7. Providing construction phase services (shop drawing review, record drawings preparation, construction inspection services, and owner�s manuals). Firms may be considered more favorably by demonstrating the following: 1. Experience associated with ordinance production/storage facilities including electrical hazard classifications; 2. Experience designing projects to Navy or other DoD agencies criteria (such as: UFC, ECB, Mil Stds., NAVFAC DB Master RFP templates, UFGS, etc.); and 3. Forensic Building Science & Investigations of materials, products, structures or components that fail or do not operate or function as intended (e.g. water infiltration/damage/repair/replacement, etc.). Submission requirements:� Provide a maximum of six (6) projects completed within the past seven (7) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in the areas outlined above.� Sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered.� Provide at least one example project demonstrating experience with historic repairs/ renovation with a construction cost over $2.5M.� If more than the maximum number of projects is submitted, the Government will only evaluate six (6) projects in the order submitted. All projects provided in the SF-330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract.� Projects not meeting this requirement will be excluded from consideration in the evaluation.� To enable verification, firms should include the Dun & Bradstreet (DUNS) number along with each firm name in the SF-330 Part 1, Section F, block 25, �Firm Name.�� Include a contract number or project identification number in block 21.� Include an e-mail address and phone number for the point of contact in block 23(c).� In block 24, include in the project description the contract period of performance, date of project completion (MM/DD/YEAR), award contract value, current contract value, define professional service role and a summary of the work performed that demonstrates relevance to specialized experience as outlined above.� For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole.� If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE:� If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects must be submitted for each joint venture partner not to exceed a total of six (6) projects, total.� If the Joint Venture does not have shared experience, projects may be submitted for the Joint Venture members.� Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects.� Projects not completed will be excluded from evaluation consideration.� For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award.� Do not submit an IDIQ contract as an example project.� Instead, list relevant task orders or stand-alone contract awards that fit within the definition above.� The Government will not evaluate information provided for an IDIQ contract.� Examples of project work submitted that do not conform to this requirement will not be evaluated.� NOTE:� Date of project completion is defined as date of final design acceptance to client.� For Full Design Projects, date of projection completion is the date of final signed sealed plans & specifications to client; and for DB RFP Preparation projects, the date of project completion is the date of final RFP documents submission; for DB RFP representing Contractor as DOR, the date of completion is the date of final design acceptance to client; and for Design Development/DD1391 and Studies/Investigations, the date of project completion is the date of final submission of design development/DD1391 and/or report. All information for Criterion 1 shall be submitted in the SF330, Part I, Section�F.� The Government WILL NOT consider information submitted in addition to Part 1, Section�F in evaluation of Criterion�1. Criterion 2 ? Professional Qualifications and Technical Competence (SF-330 Part�1 Section�E and Section�G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects in the SF-330, Part 1, Section G.� Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise.� Specific disciplines that must be included in key personnel are Project Managers, Quality Control Specialist, Architects, Landscape Architects, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Geotechnical Engineers, Cost Engineers, Certified Interior Designers and licensed Fire Protection Engineers.� Submission Requirements:� SF330, Part I, Section E ? Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract.� Resumes are limited to two (2) pages and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past seven (7) years) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. �At a minimum, resumes should indicate academic qualifications, professional licensure, supplemental training or certificates, and total years� professional experience.� State whether team members are U.S. Citizens.� The AE shall indicate whether the key personnel hold a security clearance, and if so, at what level.� Indicate participation of key personnel in example projects in the SF330, Part 1, Section G. Criterion 3 ? Past Performance (SF-330 Part 1 Section H): Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction.� Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or Contractor Performance Assessment Reporting System (CPARS) for Criterion 1 projects may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria.� NOTE:� Past performance information for projects listed under Criterion�1 may be given greater weight. Submission Requirements:� SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1.� IF A COMPLETED CPARS/ACASS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion�1, Specialized Experience.� DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact.� Completed PPQs should be submitted with your SF-330.� If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s).� Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis.� Firms should follow up with clients/references to ensure timely submittal of questionnaires.� If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Mid-Atlantic Command, Code ACQ22, Attn: Gary Milton via email at gary.milton1@navy.mil, prior to the response date.� Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A&E services procurements.� However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience.� Firms may also address any adverse past performance issues.� Information shall not exceed two double-sided pages (or four single-sided pages) in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4 ? Quality Control Program (SF-330 Part 1 Section H): Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors.� Maximum of five (5) pages (one-sided) for Criterion�4 response.� If an offeror who exceeds the page limit, only the first five (5) pages will be evaluated. Submission Requirements: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures.� The description shall: 1. Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously; 2. Provide a quality control process chart showing the inter-relationship of the management and team components; 3. Describe specific quality control processes and procedures proposed for this contract including technical accuracy of and assurance of overall coordination of AE plans, specifications, and construction cost estimates; 4. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities; and 5. Describe how the firm�s quality control program extends to management of subcontractors and specialty consultants. Criterion 5 ? Program Management and Capacity (SF-330 Part�1 Section�H):� Firms will be evaluated on the firm�s ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time, and on the locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located.� Maximum of five (5) pages (one-sided) for Criterion 5 response.� If an offeror who exceeds the page limit, only the first five (5) pages will be evaluated. Submission Requirements: 1. Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization.� Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants.� Discuss the history of working relationships with team members, including joint venture partners where applicable. 2. Describe the firm�s present workload and the availability of the project team (including consultants) for the specified contract performance period.� Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services.� General statements of availability/capacity may be considered less favorably. 3. Describe the firm�s ability to sustain the loss of key personnel while accomplishing work within required time limits, to ensure continuity of services and ability to meet surges in unexpected project demands and ability to adhere to schedules and budgets. Criterion 6 ? Firm Location (SF 330, Part I, Section H): Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office or offices that will be performing the work under this contract and demonstrated knowledge of the general geographic areas in which projects could be located.� Evaluation of firms will include consideration of their location within the general geographic area of the anticipated projects, primarily at PWD Crane Indiana.� Submission Requirements: 1. Indicate location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members; 2. Provide a narrative describing the team�s knowledge of the primary geographic areas of the anticipated projects primarily at PWD-ME AOR; and 3. Provide a narrative to describe the team�s ability to provide timely response to requests for on-site support.� Include both primary and sub-contractor support as required.� Teams with a demonstrated history of providing timely support may be considered more favorably. Criterion 7 ? Commitment to Small Business (SF330, Part I, Section H): Firms will be evaluated in terms of the extent to which they have identified and committed to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor.� The Government will evaluate proposals based on: (A) Past performance in utilization of small business concerns, and (B) Participation of small business concerns for this requirement.� In support of (A), all firms shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB and HBCU/MI.� Large Businesses shall submit three �final� or �most recent� Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above.� If ISRs are not FINAL or MOST RECENT they will not be considered.� If subcontracting goals were not met, provide an explanation.� If Individual Subcontracting Reports were not applicable to the similar contracts noted, large businesses shall submit other documentation which shows their utilization of the various types of small business firms for the contracts.� Small Businesses shall also submit documentation which shows their utilization of the various types of small business firms for similar contracts of relative size.� In support of (B), large businesses shall submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program.� The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2019 in terms of percentages of total planned subcontracting dollars for utilization of small businesses.� Demonstrate the plan to meet these goals: SB Type������� FY2019 GOALS SB����������������������� 45% HubZoneSB���������� 3% SDB���������������������� �5% WOSB������������������ 15% SDVOSB���������������� 5% VOSB��������������������� 5% If a large business firm is selected for award, a Small Business Subcontracting Plan, in accordance with FAR 19.7 and DFAR 219.7, will be required and incorporated into the contract award.� A draft Small Business Subcontracting Plan is not required from small businesses; however, small businesses shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract.� The Small Business size standard classification is North American Industry Classification System (NAICS) Code 541330, (Engineering Services), size standard ($16,000,000). The attached Small Business Subcontracting Plan template (Attachment (B)) shall be used by large businesses to complete the draft subcontracting plan.� Firms shall submit their �draft� Small Business Subcontracting Plans utilizing this template, and ONLY this template.� Criterion 8 ? Volume of DoD Work (SF-330 Part 1 Section H): Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS).� Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A&E firms including small, disadvantaged business firms, and firms that have not had prior DOD A&E contracts.� Submission Requirements:� Firms do not submit data for this factor. SF-330 SUBMISSION REQUIREMENTS:�� Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package.� The SF-330 shall be typed, one sided, at least 11-point Times New Roman or larger.� Part I shall not exceed 50 single-sided 8.5 by 11 inch pages (the page limit does not include Individual Subcontracting Reports (ISRs), certificates, (Past Performance Questionnaires) PPQs, licenses, or the draft subcontracting plan, as required by the Small Business Subcontracting criterion, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm).� Part I pages shall be numbered sequentially.� The organizational chart may be one-page single sided 11 by 17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables).� Introductions shall be included in Sections E and F.� Please include your Dun & Bradstreet (DUNS), (Commercial and Government Entity) CAGE, and Taxpayer Identification Number (TIN) numbers in Block 30 of the SF-330.� � In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering.� Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b).� If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration.� If a firm is in a jurisdiction that does not require AE firm registration, the firm must provide proof eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction).� Failure to submit the required proof could result in a firm�s elimination from consideration. � Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement.� Failure to include the joint venture agreement may result in the firm�s elimination from further evaluation. Architect-engineer firms that meet the requirements described in this announcement are invited to submit five (5) hard copies of the SF-330 and five (5) Compact Disk (CDs) with searchable bookmarks to: For U.S. Mail or Commercial couriers to MIDLANT Mail Room Commanding Officer Naval Facilities Engineering Command Mid-Atlantic Attn: Holly Manning, Supervisory Contract Specialist, Code ACQ22 Bldg. Z-140, Room 225 9742 Maryland Avenue Norfolk, Virginia. 23511-3095 Electronic (E-mail, facsimile, etc.) submissions are not authorized.� Firms responding to this announcement by 03 MAR 2020 at 2:00 PM (EST/EDT) will be considered.� THIS IS NOT A REQUEST FOR PROPOSAL. Late responses will be handled in accordance with the Federal Acquisition Regulations (FAR) 52.215-1. If an SF-254/SF-255 is submitted for this solicitation, it will not be reviewed or considered.� As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number).� Government personnel will not pick up proposals at the gate.� It is the contractor�s responsibility to ensure delivery to the location specified.� Hand-carried proposals will not be accepted.� All visitors to NAVFAC Mid-Atlantic who do not have a Common Access Card (CAC) badge or Defense Biometric Identification System (DBIDS) credential must have a background check run by the Naval Station Pass & ID office (Security Department at Commander, Naval Region Mid-Atlantic).� Visitors who do not have a CAC or DBIDS credential, the following is required to obtain a DBIDS credential:� 1. Present a letter or official document from my government sponsoring organization that provides the purpose for your access. 2. Present valid identification, such as a passport or Real ID Act-compliant state driver's license. 3. Present a completed copy of the SECNAV 5512/1 form to obtain your background check. 4. Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments; after all this is done, you will be provided with your new DBIDS credential. Visitors must complete and provide the above information to Naval Station Pass & ID office at least (30) working days prior to their scheduled meeting date to allow ample time to process and complete the background check. Commercial couriers such as FEDEX, DHL or UPS follow the same visitor procedures listed above and they are required to have a background check if they do not have a CAC badge or DBIDS credential.� Commercial couriers must also have their vehicle inspected prior to accessing Naval Station Norfolk. Firms should check with their intended courier to ensure they have the proper identification credentials to access Naval Station Norfolk. Temporary visitor passes must be picked up by the approved visitor from the Naval Station Pass and ID Office located at the following address prior to visiting NAVFAC Mid-Atlantic: Address: Naval Station Pass and ID Office 9040 Hampton Blvd Norfolk, VA 23505 Telephone Number: 757-322-2975 Hours of Operation: 0600-1700 on Monday through Friday Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to gary.milton1@navy.mil�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6e1cf1ab510d44fb964f4b6666fc31ed/view)
- Place of Performance
- Address: Decatur, IN, USA
- Country: USA
- Country: USA
- Record
- SN05544054-F 20200129/200127230129 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |