Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
SOLICITATION NOTICE

C -- IDQ Contract for AE Services for Design, Engineering, Mechanical Projects and Related Services, Various Locations, NAVFAC Hawaii

Notice Date
1/31/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
N62478 NAVFAC HAWAII A-E/Construction/FSC PCO Branch 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247808R5002
 
Response Due
3/3/2008
 
Archive Date
3/8/2008
 
Point of Contact
Norine Horikawa (808) 471-9197
 
E-Mail Address
Email your questions to norine horikawa
(norine.horikawa@navy.mil)
 
Description
This solicitation is a 100% set-aside for small business concerns. The small business size standard classification is NAICS 541330 ($4.5 M in average annual receipts). Services include, but are not limited to, design and engineering services for various mechanical projects with associated multi-discipline architect-engineering support services. The services may include, but are not limited to, engineering studies; preparation of plans, specification, cost estimates, and parametric cost estimates; as-built drawings; and post construction services. Projects may involve new construction, alteration, repair, and installation of mechanical facilities and systems. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) firm 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 firm may be required to participate in a pre-fee meeti ng 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 ordered on an as-needed basis during the life of the contract providing the Government and Contractor agree on the amount. Each project will be a firm fixed price A-E delivery order. 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 right to exercise the option years to extend the contract term. The maximum value for the contract inclusive of all options shall not exceed $5,000,000. 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. It is anticipated that the estimated construction cost of the projects will r ange between $25,000 and $25,000,000. Estimated date of contract awar d is July 2008. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, listed in order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed for the design of mechanical air-conditioning systems and controls, refrigeration, industrial exhaust and ventilation systems, compressed air/gas systems, water heating systems, plumbing systems, industrial waste, water pumping systems, hydraulic systems, fire protection systems, escalators, elevators, fuel piping systems, and other industrial mechanical systems for facilities in tropical environments similar to Hawaii; (2) Specialized recent experience within the past 7 years and technical competence of firm or particular staff members proposed for the design of mechanical air-conditioning systems and controls, refrigeration, industrial exhaust and ventilation systems, compressed air/ga s systems, water heating systems, plumbing systems, industrial waste, water pumping systems, hydraulic systems, fire protection systems, escalators, elevators, fuel piping systems, and other industrial mechanical systems for facilities in tropical environments similar to Hawaii; (3) Past performance on contracts with Government agencies and private industry within the past 7 years in terms of cost control, construction cost estimating, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) LEED certification, training, 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 process and 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 appropr iate number of qualified firms, given the nature and size of the proje ct; (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 specifically addressing each of the above selection evaluation criteria in detail 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 firm?s past performance ratings from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. The Federal Acquisition Regulation (FAR) requires the use of the On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Therefore, all A-E firms are requi red to ensure that their ORCA information is complete and current on the website http://orca.bpn.gov. Refer to FAR Clauses 52.204-7 Central Contractor Registration (Jul 2006) and 52.204-8 Annual Representations and Certifications (Jan 2006). The selected firm, its subsidiaries, affiliates, consultants, subconsultants and subcontractors that participate in the preparation of a statement of work, specifications and/or plans for a construction contract cannot bid or participate in any capacity with the construction contractor. This includes, but is not limited to, preparation of a concept design, preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and costs. The prime firm and consultants for this contract will be required to perform throughout the contract term. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. The submittal/mailing address is Commander, NAVFAC HAWAII (Code OPHACQ2), 400 Marshall Road, Building A-4, Pearl Harbor, HI 96860-3139, (A-E Solicitation No. N62478-08-R-5002, N. Horikawa). You may also hand deliver your SF 330 to Building A-13 (please call N. Horikawa at (808) 471-9197 to make arrangements to hand deliver. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. Interested firms must allow sufficient time for delivery of their 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. 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. The date and time for submission of SF-330s is 03 March 2008 at 2:00 p.m. HST. Firms respondi ng to this announcement by this date and time will be considered. Firms responding to this announcement after this date and time will be considered late. This is not a Request for Proposal (RFP). Point of Contact is Norine Horikawa, Contracting Officer, Phone (808) 471-9197, Fax (808) 474-3398, email norine.horikawa@navy.mil. All inquiries shall be sent to this email address.
 
Record
SN01497547-W 20080202/080131224937 (fbodaily.com)
 
Source
FedBizOpps 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.