Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2005 FBO #1161
SOLICITATION NOTICE

C -- A-E Services for Military Construction, Pacific Region Center/Wet Laboratory, National Oceanic and Atmospheric Administration, Pacific Region Center, Naval Station, Pearl Harbor, HI

Notice Date
1/28/2005
 
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
N62742-05-R-0001
 
Response Due
3/3/2005
 
Description
Services include, but are not limited to design and engineering services for design build renovation Ford Island Buildings, Bldg. S181(gross floor area of 7,535 square feet), Bldg. 130 (gross floor area of 39,500 square feet), Bldg. 175 (gross floor area of 108,200 square feet), and Bldg. 176 (gross floor area of 108,200 square feet) and the construction of a two story 40,000 square feet atrium facility (A) to link buildings 175 and 176. The facility will contain functions for reception, visitor center, retail store, conference center, training center, laboratories, library, media/film studio, warehouse storage, research center, laboratories, marine animal holding tanks, offices, and wellness center. Building 175 and 176 are previously aircraft hangars with exterior asbestos containing corrugated wall panels, wood roof desk, built up roofing, and steel frame windows of similar design and designated as a facility of historic significance for long-term preservation (Category II) under the Integrated Cultural Resource Management Plan (ICRMP). Building 130 is a previously aircraft hangar with corrugated metal siding and roofing for the Army and is ICRMP designated as a facility of historic significance for planning and decision-making such continued preservation through adaptive reuse and other preservation considerations (Category III). Building S181 is a two-story bombproof personnel shelter with four foot thick walls and ICRMP designated Category II. Facilities will incorporate design to obtain Leadership in Energy and Environmental Energy Design (LEED) certificate at the Gold Level. The following high performance systems to obtain LEEDS Gold rating shall be considered: water conservation/rainwater harvesting, solar water heating, displacement ventilation, bioswales, seawater cooling, daylight harvesting, natural ventilation and photovoltaic systems. Project does not require demolition of existing facilities. The project will also include heating ventilation and air conditioning (HVAC), uninterrupted power supply, emergency generator, Intrusion Detection System (IDS), and deep-water well extraction to support facility operations. Supporting facility and systems will include, industrial cold and hot water; potable cold and hot water; purified water; sea water; compressed air; laboratory compressed air; laboratory vacuum; laboratory vacuum pump discharge; natural gas; 7 category (CO2, N2, O2, H2, He, Ar, SG(n)) of laboratory gases; industrial ventilation; fire protection; biological hazard; liquid nitrogen; marine animal holding tanks; laboratory waste disposal; and other system associated with the function mentioned above. 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 $100,000,000 and $250,000,000. Estimated design start and completion dates are May 2005 and January 2006. 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 in design of retail, education, warehousing, research/laboratory, training, and administrative office facilities in a tropical environment similar to Hawaii; (2) Specialized recent experience and technical competence of firm or particular staff members in design of retail, education, warehousing, research/laboratory, training, and administrative office facilities in a tropical environment similar to Hawaii; (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 sustainable/high performance design including LEEDS certification and quality control program; (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. For this selection criteria, the government will evaluate proposals based on two Sub-factors: (A) Past performance in Utilization of Small Business Concerns and (B) Participation of Small Business Concerns in this Project; (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: In support of Sub-factor (A), (1) the offeror shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, and SDVOSB over the past three years showing dollar value, percentage of work (of total contract value) subcontracted to large businesses, SB, SDB, WOSB, HUBZoneSB, and SDVOSB, (2) Information on national awards received within the past three years for outstanding support to SB concerns, (3) Information showing ratings received on completed projects with regards to the firm?s implementation of subcontracting plans, (4) Information on any existing, planned or pending mentor-prot?g? agreements under either the DOD or SBA Programs, (5) Information on use of Community Rehabilitation Program organizations certified under the Javis Wagner O Day Program and (6) Final SF 294s on projects completed within the past 3 years. In support of Sub-factor (B), the offeror shall identify each subconsultant by name, discipline and size status. The offeror is advised that the Government-wide goals for the total value of all prime contract per fiscal year are 23% to SB, 5% each to SDB, WOSB and 3% each to HUBZone SB and SDVOSB. In addition, the Naval Facilities Engineering Command FY 05 subcontracting targets in term of dollar value of subcontracts are 74.8% to SB, 15.7% to SDB, 14% to WOSB, 3.1 to HUBZone SB and 3% to SDVOSB. The offerors are reminded that in order to receive proposal evaluation benefit as SDB or HUBZone SB either as prime or subconsultant, proposed SDBs and HUBZoneSBs must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subconsultant is a certified SDB or HUBZone by accessing 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. Offerors are required to complete the ORCA on-line via website 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). Offerors 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 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 ACQ0262 (A-E Solicitation No. N62742-05-R-0001), Attn: Mailroom (CMP0161), PACNAVFACENGCOM, 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 also submit a completed 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 March 3, 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.
 
Place of Performance
Address: NAVFAC PACIFIC, 258 Makalapa Drive, Pearl Harbor, HI
Zip Code: 96860-3134
Country: USA
 
Record
SN00742251-W 20050130/050128212327 (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.