Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2005 FBO #1157
SOLICITATION NOTICE

C -- Indefinite Quantity A-E Services for Design, Engineering, Specification Writing, Cost Estimation and Related Services at Various Locations in All Areas Under Cognizance of NAVFAC PACIFIC

Notice Date
1/24/2005
 
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-0011-A
 
Response Due
2/28/2005
 
Description
Services include, but are not limited to design and engineering services for Architect-Engineer Services for preparation of plans, specifications, RFP (Request for Proposal) documents, cost estimates including Bill of Material Quantity estimates, and EFD 1391 (previously called Parametric Cost Estimate (PCE)) documents utilizing Naval Facilities Engineering Command (NAVFAC) SGML/SPECINTACT and SUCCESSESTIMATOR programs for various NAVFAC PACIFIC locations. Other services include Functional Analysis Concept Development (FACD) and other engineering studies. 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. 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. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract shall not exceed twelve months or $1,500,000 total fee; whichever comes first. The Government guarantees a minimum of $10,000. The Government reserves the option to extend the contract for an additional two years. There will be no future synopsis in the event the options included in the contract are exercised. The project limitation is $900,000. Estimated construction cost of project is between less than $5,000 and $5,000,000. Estimated date of contract award is April 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 preparation of plans, specifications, cost estimates, and EFD 1391 (previously called Parametric Cost estimate (PCE)) documents and utilizing Naval Facilities Engineering Command (NAVFAC) SGML/SPECINTACT and SUCCESSESTIMATOR programs in tropical environment similar to Hawaii and Guam; (2) Specialized recent experience and technical competence of firm or particular staff members in preparation of plans, specifications, cost estimates, and EFD1391 (previously called Parametric Cost estimate (PCE)) documents and utilizing Naval Facilities Engineering Command (NAVFAC) SGML/SPECINTACT and SUCCESSESTIMATOR programs in tropical environment similar to Hawaii and Guam; (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. A-Es quality control program experience; (6) 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; (7) 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; (8) 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 (7), 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, 13.8% 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. Effective January 1, 2005, the Federal Acquisition Regulations (FAR) will require the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Offeror are required to complete the ORCA on-line via the website. The website is at http://orca.bpn.gov. Refer to FAR Clauses 52.204-7 Central Contractor Registration (Oct 2003) and 52.204-8 Annual Representations and Certifications (Jan 2005). Offeror must complete the ORCA by the synopsis response date. 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 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-0011-A), 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 February 28, 2005 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal. Note: This is a re-solicitation to N62742-04-R-0011. All interested firms must submit or resubmit forms as the description and selection criteria have changed.
 
Place of Performance
Address: NAVFAC PACIFIC,, 258 Makalapa Drive, Suite 100,, Pearl Harbor, HI
Zip Code: 96860-3134
Country: USA
 
Record
SN00739164-W 20050126/050124212009 (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  © 1994-2020, Loren Data Corp.