Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

C -- Indefinite Quantity A-E Services for Various Mechanical Engineering Projects and Related Services at Various Locations in All Areas Under Cognizance of NAVFAC PACIFIC

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, Construction Contracts Branch (AQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-05-R-0009
 
Response Due
5/16/2005
 
Description
Services include, but are not limited to design and engineering services for various mechanical services with associated multi-discipline architect-engineering support services for various locations, Naval Facilities Engineering Command, Pacific. In general, these include but not limited to the following: investigations and concept studies, preparation of preliminary and final plans, specifications and cost estimates, shop drawing reviews, construction consultation, operation and maintenance manuals and preparation of record drawings, project may involve new construction and repair/replacement of mechanical engineering systems in facilities including but limited to the following: ventilation and air-conditioning, refrigeration, plumbing and industrial waste, steam systems, and compressed gas systems. 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 term will be a base year and two one-year option years. The Government reserves the option to extend the contract for an additional two years. The annual fee for any year may not exceed $2,000,000 and per project limitation is $1,200,000. The total fee for the contract term shall not exceed $5,000,000. In the event the maximum annual not-to-exceed amounts are not met, the Government reserves the right to carry-over any unused capacity to the following year(s) but shall not exceed $2,000,000 per year. The Government guarantees a minimum of $10,000. There will be no future synopsis in the event the options included in the contract are exercised. Estimated construction cost of project is between less than $25,000 and $5,000,000. Estimated date of contract award is July 2005. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed for engineering investigations and design of ventilations air-conditioning, refrigeration, plumbing, and industrial waste, steam and compressed gas systems in tropical environments similar to Hawaii and the Pacific Ocean area. (2) Specialized recent experience and technical competence of firm or particular staff members proposed for engineering investigations and design of ventilations air-conditioning, refrigeration, plumbing, and industrial waste, steam and compressed gas systems in tropical environments similar to Hawaii and the Pacific Ocean area. (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 experience; (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. 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; (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: 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, and HBCU/MI; (2) Information on national awards received within the past three years for outstanding support to SB concerns. National awards received within the last five years will be considered more favorably than national awards beyond five years. (3) Information showing ratings received on completed projects with regards to the firms implementation of subcontracting plans, (4) Information on any existing, planned or pending mentor-protege agreements under either the DOD or SBA 8(a) Programs, (5) Information on use of Community Rehabilitation Program organizations certified under the Javis Wagner O Day Program by the National Industry for the Severely Handicapped (NISH) or the National Industry for the Blind (NIB); and (6) Final SF 294s on projects completed within the past 3 years, and if subcontracting goals were not met, provide an explanation. In support of Sub-factor (B), the offeror shall identify each subconsultant by name, discipline and size status and also identify, in terms of dollar values and percentage of total proposed price, the extent of work you will perform as the prime contractor. 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, and 5% to HBCU/MI. In addition, the Naval Facilities Engineering Command FY 05 subcontracting targets in term of dollar value of subcontracts are 74.85% to SB, 15.6% to SDB, 13.92% to WOSB, 1.17% to HUBZone SB and .12% to SDVOSB. FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns states in part; the Contractor hereby agrees to carry out this policy in awarding of subcontracts to the fullest extent consistent with efficient contract performance. If the offeror does not intend to subcontract, provide a detailed explanation why subcontracting would not result in efficient contract performance. 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<http://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). 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. Notification will be via email, therefore, email address must be shown on the SF330, Part 1, Section B8. Large Business firms who are short-listed will be required to submit its 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 NAVFAC PAC AQ11 (A-E Solicitation No. N62742-05-R-0009), 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. Consultants to the prime A-E firm are required to submit only Part II of the SF 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, May 16, 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: Various Locations in All Areas Under Cognizance of NAVFAC PACIFIC
 
Record
SN00785297-W 20050410/050408212714 (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.