Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

C -- DESIGN SUPPORT CONTRACT FOR VARIOUS WATERFRONT/MARINE RELATED PROJECTS COVERED BY THE DPRI AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, PACIFIC

Notice Date
8/27/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274208R0015
 
Response Due
10/15/2008
 
Archive Date
2/15/2009
 
Point of Contact
Donna Matsuura 808-471-2235 Melvin Yoshimura, 808-474-5406, email: melvin.yoshimura@navy.mil or Donna Matsuura, 808-471-2235, email: donna.matsuura@navy.mil
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFCATIONS, IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. This is the second of a series of contracts that NAVFAC Pacific intends to issue for various projects covered by the Defense Policy Review Initiative (DPRI) and other projects under the cognizance of NAVFAC Pacific (see the final paragraph of this notice for additional information on prior/future synopses). NAVFAC Pacific is the Department of Defense's Executive Agent for Construction on Guam and is the designated design and construction agent for the DPRI associated with the rebasing of approximately 8,000 Marines and their dependents from Okinawa to Guam. Engineering and Design Services are required for a Design Support Contract for Various Waterfront/Marine Related Projects Covered by the DPRI and Other Projects under the Cognizance of NAVFAC Pacific. Area of contract coverage is primarily in Guam, U.S.A., but may include work in the Commonwealth of the Northern Marianas Islands (CNMI) or in locations anywhere in the Pacific and Indian Oceans under NAVFAC Pacific's areas of responsibility. Planned projects include primarily Military Construction (MCON) or Government of Japan funded military construction projects involving new construction and repair and alteration of waterfront/marine facilities (including piers and wharves, dredging, building structures, and utilities systems to support waterfront/marine operations or activities). Design support services include, but are not limited to, the preparation of project engineering documentation, DD 1391s, preliminary and final plans and specifications including preparation of Design-Build Request for Proposal (RFPs) contract documents or Design Bid Build contract documents, technical reports including engineering investigations and concept studies, preparation of facilities and land use planning studies, construction cost estimates, operations and maintenance manuals, record drawings, shop drawing reviews, redi-check reviews and construction consultation and geotechnical investigations as required for design, analysis and studies. Other support services may include post-construction award services; construction surveillance and inspection services; operational and maintenance support information services; and other miscellaneous post-construction award services. All work shall be performed in accordance with applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to the Unified Facilities Criteria (UFC) Design Procedures, MIL-HDBK-1190 Facility Planning and Design Guide, and UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. NAVFAC Pacific currently uses the following software applications: WINDOWS XP Workstation, Microsoft Office 2003 Professional (Word 2003, Powerpoint 2003, Excel 2003, Access 2003, Project 2003), Adobe Acrobat 8 Professional, and AutoDesk's AutoCAD 2006. In accordance with the contract or task order statement of work, the contractor shall complete necessary tasks and submittals or submit various reports to the Government that are readily useable in these applications without further adjustments. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate their and each key consultant's qualifications with respect to the published selection criteria for all services. Selection criteria 1 through 9 are listed below in descending order of importance. Specific selection criteria include: 1. Specialized Experience: Firm's demonstrated recent experience with regard to design of waterfront/marine related projects including performing Design Charrettes/Functional Analysis Concept Developments (FACD) and preparation of design-build and design-bid-build contract documents similar in size, complexity, and dollar value (approximately $50-100 million in construction value per project/task order). Waterfront and marine related projects include piers/wharves, dredging, building structures, and utilities systems to support waterfront/marine operations or activities. Individual features (piers/wharves, dredging, and waterfront utility systems) do not have to be within a single project scope, however, projects that contain all features may be given more favorable consideration than projects that contain only individual features. Also, waterfront and marine related projects designed and constructed in corrosive and remote locations similar to Guam will be considered more favorable. List a maximum of five (5) relevant, current projects or projects completed in the past ten (10) years which best describes experience in the design of waterfront/marine related projects discussed above. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity contract. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members. Key personnel are identified as the Principal/Program Manager and Project Managers in the following disciplines: Architectural, Structural, Civil, Mechanical, Electrical, Fire Protection, and Cost Estimating. Limit submission to not more than one key personnel for the Principal/Program Manager and for the Project managers for each of the major disciplines described above. a. Active professional registration. b. Past experience in the types of work described in Evaluation Factor 1 or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically in the discipline specific design of waterfront/marine related projects described in Evaluation Factor 1. Provide up to a maximum of five (5) relevant projects for each key person. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity contract. 3. Past Performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, cost control (with emphasis on projects addressed in Evaluation Factor (1)), and cooperation and responsiveness. Firms should include any letters of commendation or awards. Firms will also be evaluated on performance evaluations obtained from the Architect-Engineer Contract Administration Support System (ACASS). 4. Ability to perform the work in the required time and capacity to accomplish a variation of taskings simultaneously. 5. 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. a. Past performance in utilization of small business concerns. Provide (1) 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 revenues) subcontracted to large businesses, SB, SDB, WOSB, HUBZoneSB, SDVOSB, and HBCU/MI; (2) Information on national awards received within the past five 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-protg agreements under either the DOD or SBA 8(a) Programs; (5) Information on use of Community Rehabilitation Program organizations certified under the Javits 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/contracts completed within the past 3 years, and if subcontracting goals were not met, provide an explanation. b. Participation of small business concerns in this project. 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. Firms are advised that the Government-wide goals for the total value of all prime contracts 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. NAVFAC's FY08 subcontracting targets in terms of percentages of total subcontract effort are: SB - 76.78%; SDB - 16.03%; WOSB - 14.37%; HUBZone SB - 1.35%; and SDVOSV -.13%. Firms not intending to subcontract should provide a detailed explanation why subcontracting would not result in efficient contract performance. 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. 6. Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System. Identify examples indicating design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. 7. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. List responsible key personnel. 8. Firm's location in the general geographical area of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. 9. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by the Department of Defense (DOD) within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Include the following items in Section H, Block 30 of the SF 330: (1) a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria, (2) an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C, (3) your DUNS, CAGE, and TIN numbers, and (4) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. The planned contract type is an Indefinite Delivery-Indefinite Quantity (IDIQ) type contract where work will be ordered via task orders on an as-needed basis during the life of the contract provided the Government and the contractor agree on the amount. Each task order will be a firm fixed price A-E contract. The duration of the contract will be for one (1) year from the date of initial contract award with four (4) additional one-year option periods. The total amount that may be paid under this contract (including option years) will not exceed $100,000,000 for the entire contract term. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A-E performance under the subject contract. There will be no synopsis in the event the options are exercised. The minimum guarantee for the entire contract term (including option years) is $100,000. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. Estimated award timeframe is February/March 2009. This proposed contract is being solicited on an unrestricted basis. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website at http://www.ccr.gov. 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 52.204-8 Annual Representations and Certifications (Jan 2005). Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. Large Business firms who are short-listed will be required to submit a subcontracting plan as part of the interview. The selected A-E firm 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 require that the selected A-E firm have e-mail and Internet on-line access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300 Organizational Conflicts of Interest. The selected firm, its subsidiaries or affiliates may be tasked to assist in the preparation of a statement of work, a plan, or a specification for a construction project. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. The SF 330 shall be submitted in two (2) separate volumes. Volume I shall contain Part I of the SF 330 (Contract-Specific Qualifications) and Volume II shall contain Part II of the SF 330 (General Qualifications), letters of commendation or awards, and final SF 294/295s. The printed format for both Volumes shall be in an 8-1/2" x 11" paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and one-sided. Volume I shall be limited to 200 pages including photographs and/or drawings. All pages exceeding the 200-page limitation for Volume I will not be considered. Page numbers must be shown on each page in Volume I with the exception of Title Sheets, Table of Contents, Organization Chart, and Tabs. Any information/pictures contained on the tabbed sheets will not be considered for evaluation. Volume II is not subject to a page limitation and does not need to be numbered. Except for the Organization Chart, sheets larger than 8-1/2 X 11 including fold-out sheets will not be accepted. Double-sided pages will be counted as two pages. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Responses are due to later than 2:00 p.m. Hawaii Standard Time (HST) on October 15, 2008. Responses should be sent to the following address: Commander, Code NAVFAC PAC ACQ13 (A-E Solicitation No. N62742-08-R-0015), Attn: Mailroom (MS2), 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. Late responses will be handled in accordance with FAR 52.215-1. The delivery address is inside a military installation; therefore, strict security measures are in force and delays should be anticipated. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit two (2) paper copies of Volume I, one (1) paper copy of Volume II, and one CD electronic copy of both Volumes. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. All questions should be submitted in writing and forwarded via e-mail to Donna Matsuura, donna.matsuura@navy.mil, AND copy to Melvin Yoshimura, melvin.yoshimura@navy.mil, as soon as possible but no later than October 2, 2008. Questions submitted after October 2, 2008 may not be addressed due to time constraints. All potential offerors are advised to check daily the NECO website, https://www.neco.navy.mil/, or Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice. Subsequent contracts in support of the DPRI under the cognizance of the NAVFAC Pacific include a design support contract for aviation facilities (including hangars and aprons) and two (2) small business set aside contracts for (1) Architect-Engineer services and (2) Construction Management support services. Estimated timeframes for the synopsis release for each of these prospective contracts are not currently available. The Program Support Contract (PSC) for program management support, design management support of base development facilities, and other support services, was synopsized under solicitation no. N62742-08-R-0009 on April 30, 2008 and had a closing date of May 30, 2008. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4f0c8ed0cdcfe23ae5519c0320335c08&tab=core&_cview=1)
 
Record
SN01652313-W 20080829/080827220501-4f0c8ed0cdcfe23ae5519c0320335c08 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.