Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity Architect-Engineer Services for Various Medical & Dental Facility Projects at Various Locations Under the Cognizance of NAVFAC Pacific

Notice Date
2/9/2009
 
Notice Type
Modification/Amendment
 
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
N6274209R0004
 
Response Due
3/11/2009
 
Archive Date
6/11/2009
 
Point of Contact
MELVIN YOSHIMURA,
 
E-Mail Address
melvin.yoshimura@navy.mil
 
Small Business Set-Aside
N/A
 
Description
Services include Architect-Engineer services for medical and/or dental facilities located in various locations under the cognizance of Naval Facilities Engineer Command, Pacific (NAVFAC Pacific). Projects will be designed in accordance with Medical Military Facilities design criteria (UFC 4-510-01) which provides mandatory design and construction criteria for new construction and alteration/upgrade to existing facilities in the DoD Medical Military Construction Program. Architect-Engineer's services shall include, but are not limited to, preparation of plans, specifications, cost estimates, planning documents (e.g. Project Books pertaining project narrative and engineering calculations, DD Form 1391, facilities studies, etc.), environmental assessments, Life Safety - Evaluation Studies, Facilities Utilization Studies, Deficiency Tabulation Studies (DEFTABS), Preliminary Hazard Analysis, seismic design, accessibility for the disabled, Anti-terrorism and Force Protection (AT/FP), comprehensive interior design, collateral equipment buy package, Economic Analysis (EA), Program for Design (PFD)/Space Program, equipment planning and category designation (Medical/Dental and Non-medical), transportation and materials handling system, waste management and categories, food service design, communication systems for health facilities, HVAC for health facilities, plumbing and medical gases, Title II Inspection, Post-Construction Award Services, Operation and Maintenance Support Information (OMSI), as-built drawings, and other related work. Projects from locations other than NAVFAC Pacific Area of Responsibility (AOR) may be included under this contract. 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 four one-year option years. The Government reserves the right to exercise the option years to extend the contract term. The total fee for the contract term shall not exceed $50,000,000. There will be no dollar limit per task order and no dollar limit per year. The Government guarantees a minimum of $25,000. There will be no future synopsis in the event the options included in the contract are exercised. Estimated construction cost of project is between $25,000 and $500,000,000. Estimated date of contract award is June 2009. 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 the design of medical and/or dental facilities in tropical environments, similar to Hawaii, Guam and the Pacific Ocean areas; (2) Specialized recent experience and technical competence of firm or particular staff members proposed for the design of medical and/or dental facilities in tropical environments, similar to Hawaii, Guam and the Pacific Ocean areas; (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-E's 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; and (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. For selection criteria (1) and (2), firms and staff with only medical or only dental facility design professional qualifications or specialized recent experience/technical competence will be less favorably considered than firms and staff with both medical and dental facility design qualifications and experience/technical competence. In addition, the following medical and dental facility projects will be more favorably considered: DoD medical and dental facilities designed in accordance with Medical Military Facilities design criteria, and medical and dental facilities designed for tropical areas similar to Hawaii and Guam. For selection criterion (3), the Government will also evaluate each firm's 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. 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. The Government will also 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, 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-protege 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 completed within the past 5 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 contracts per fiscal year are 23% to SB, 5% each to SDB, WOSB and 3% each to HUBZone SB, VOSB and SDVOSB, and 5% to HBCU/MI. In addition, the Naval Facilities Engineering Command FY 09 subcontracting targets in term of dollar value of subcontracts are 77.51% to SB, 16.18% to SDB, 14.53% to WOSB, 1.42% to HUBZone SB and 0.14 % to SDVOSB. If the offeror is unable to meet the minimum targets, an explanation should be provided, stating what actions were taken to satisfy the minimum target and how such actions failed to meet the objective. 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 the awarding of subcontracts to the fullest extent consistent with efficient contract performance. If the offeror does not intend to subcontract or meet the NAVFAC small business subcontracting goals, 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 a HUBZone SB either as prime or subconsultant, proposed HUBZoneSBs must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subconsultant is a certified HUBZone by accessing the Central Contractor Registration (CCR) at www.ccr.gov. For Small Disadvantaged Business (SDB) Certifications, effective October 1, 2008, the offeror may accept a self-certification from its SDB subcontractors as defined in 13 CFR 124.1002. 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. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract, refer to FAR 52.204-7 Central Contractor Registration (APR 2008). 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 2006). 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. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. The submittal/delivery address is Commander, Code NAVFAC PAC ACQ13 (A-E Solicitation No. N62742-09-R-0004), 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; 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. 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. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. Firms responding to this announcement by Wednesday, March 11, 2009 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3a4ef5152a127747fb8471df2f9d87d8&tab=core&_cview=1)
 
Record
SN01746454-W 20090211/090209215210-3a4ef5152a127747fb8471df2f9d87d8 (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.