Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2004 FBO #1089
SOLICITATION NOTICE

C -- Architect-Engineering Services for Comprehensive Upgrade Northwest Field Infrastructure, Phases 1 and 2, Andersen AFB, Guam

Notice Date
11/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, Code ACQ0262, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-04-R-0012
 
Response Due
12/20/2004
 
Description
Services include, but are not limited to design and engineering services for the preparation of final plans, specifications and cost estimates for the following: (1) Comprehensive utility upgrade of Water, Wastewater, Electrical and Communication distribution systems to a formerly abandoned portion of Andersen AFB, Guam. Areas may be heavily vegetated and may have additional wildlife constraints to utility alignment. (2) Water system upgrades will include the installation of approximately 16,000 ft of water main, a water storage tank, booster pumps, and potable water chlorination and fluoridation treatment. (3) Wastewater system upgrades will include the installation of approximately 10,000 ft of gravity sewer lines and a sewer lift station with an approximate 20,000 ft long force main. (4) Electrical system upgrades will include the installation or extension of 13.8 KV circuits. The transmission lines shall be installed underground in a manhole/duct bank system which will extend approximately 50,000 ft with pad-mounted transformers. (5) Communication system upgrades will include the installation of underground fiber optic data transmission media for analog or digital communications. The data transmission system shall consist of transmitter and receiver modules connected by terminal devices and transmissions lines which may run approximately 100,000 ft in length. A telephone switch is also included in the installation. 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. Design and engineering services includes the preparation of preliminary design documents, preparation of final design, post construction award services and may include construction surveillance and inspection services; operational and maintenance support information services. Estimated construction cost of project is between $10 million and $25 million. Estimated design start and completion dates are March 2005 and August 2005. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed for designing infrastructure facilities including potable water transmission/storage/treatment systems, wastewater transmission/pumping systems, underground electrical line/transformer systems, and underground communication line/switching systems in tropical environments similar to Hawaii and Guam; (2) Specialized recent experience and technical competence of firm or particular staff members in designing infrastructure facilities including potable water transmission/storage/treatment systems, wastewater transmission/pumping systems, underground electrical line/transformer systems, and underground communication line/switching systems in tropical environments similar to Hawaii and Guam. Experience in designing facilities within an endangered species recovery habitat is also desired; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach. (6) A-Es quality control program; (7) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (8) Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZoneSB), historically black college or university and minority institution (HBCU/MI) and veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor; (9) Volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. Include a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria on the SF 330, Part 1, Section H. If necessary, continue on plain bond paper. For selection criteria (3) the government will also evaluate each firms past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. For selection criteria (8), the Government will evaluate firms by the government wide goals; therefore, offeror should identify each firm (prime and subs) by name, discipline and size status. In addition, the offeror should provide information on past performance on SB, SDB, etc. and/or any awards received for outstanding support of SB, SDB, WOSB, HUBZoneSB, and HBCU/MI or other documentation. Documentation may include SBA awards, final Subcontracting Reports for Individual Contracts (SF294), copies of performance evaluations on the implementation of subcontracting plans or periodic compliance reviews, and/or information on existing or pending mentor-protege agreements. The statutory Government wide goals for the total value of all prime contract awards per fiscal year are 23% to SB, 5% to SDB, 5% to WOSB, 5% to HBCU/MI, 2% to HUBZoneSB and 3% to VOSB & SDVOSB. Naval Facilities Engineering Command (NAVFAC) subcontracting goals are 73.7% to SB, 15.3% to SDB, 14% to WOSB, 3% to VOSB and 3.1% to HUBZoneSB. Small Disadvantaged Businesses (SDB) and Historically Underutilized Business Zone Small Business (HUBZoneSB) must obtain formal certification from the Small Business Administration to receive contract evaluation benefits reserved for Small Disadvantaged Businesses. This includes receiving benefit as a prime contractor or subconsultant under a Subcontracting Plan for subcontracting to Small Disadvantaged Businesses. Small Disadvantaged Businesses: Contact your local Small Business Administration (SBA) representative for information on the certification program or visit the SBA agency web site at http://www.sba.gov./sdb. Prime Contractors: To determine whether a prospective subcontractor is a certified small disadvantaged business, access the Central Contractor Registration (CCR) at www.ccr.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. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown in on the SF 330, Part 1, Section B8. Large Business firms who are short-listed will be required to submit a subcontracting plan before negotiations begin for contract award. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. (Note: SF 254 & SF 255 have been discontinued and will no longer be accepted.) The submittal/delivery address is Commander, Code R110 (A-E Solicitation No. N62742-04-R-0012), Attn: Mailroom (CMP0161), NAVFAC PACIFIC, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. This address is for all deliveries, including US Mail, courier service and/or personal delivery services; no other address is acceptable. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. A-E firms utilized by the prime A-E must submit Part II of the Standard Form 330. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. Firms responding to this announcement by Monday, December 20, 2004 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal.
 
Place of Performance
Address: NAVFAC Pacific Area of Responsibility, including Guam
 
Record
SN00709598-W 20041119/041117212150 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.