Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

C -- AE IDIQ MECHANICAL, ELECTRICAL PLUMBING ENGINEERING SERVICES, UNRESTRICTED, NAVFAC SW

Notice Date
3/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn: Code RAQ20 1220 Pacific Highway San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N6247310R5426
 
Response Due
4/29/2010
 
Archive Date
5/14/2010
 
Point of Contact
Hal Hayes 619-532-1251 Hal Hayes, harold.hayes@navy.mil
 
E-Mail Address
harold.hayes@navy.mil
(harold.hayes@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is an unrestricted procurement. There is no solicitation to download. Architect/Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Mechanical, Electrical and Plumbing Engineering Services. The work for this contract shall predominately occur at various Navy and Marine Corps facilities and other military installations located in the NAVFAC Southwest Area of Responsibility: California, Arizona, Nevada, Colorado, New Mexico and Utah; but may be available to the NAVFAC LANT Area of Responsibility (the Continental United States, including Alaska) as approved by the NAVFAC SW Procuring Contracting officer. The preponderance of work is in Southern California. Required services are for Engineering Studies and reports; Site Investigation Reports; preparation of Requests for Proposals (RFP) for Design-Build Projects; preparation of fully designed plans and specifications for Invitation for Bid (IFB) projects; preparation, submission, verification and review of LEED documentation; Energy Master Planning, Commissioning, Retro-commissioning, cost estimates, evaluations, construction inspection and construction support services. For this contract, the lead discipline shall be a registered Mechanical or Electrical Engineer. The general scope of this contract includes the preparation of designs, drawings, specifications, and design-build Request for Proposal (RFP) packages for new installation and repair/renovation of heating, ventilation, air conditioning and control systems; Direct Digital Controls schematics and architecture; above and below-ground steam distribution, high temperature/pressure water, compressed air, lubricant, and fuel pumping systems; plumbing systems; industrial ventilation and exhaust systems; and cold storage refrigeration system, backflow preventers for water, earthquake shut-off valves for natural gas, and utility distribution system for compressed air, medical gas, POL, oxy & acet, natural gas and water; building electric power, communication, security, cable TV, fire alarm and lighting systems. Types of facilities include, but are not limited to, water storage towers, fuel farms, and pressure reducing stations. Services shall include interior alteration and repair design services that require the ability to coordinate various Electrical/Mechanical/Plumbing disciplines and the differing aspects of phasing of construction involving occupied/unoccupied facilities for the purpose of providing construction documentation. Task Orders may require the preparation of supporting engineering documentation, including Life Cycle Cost (LCC) analysis, Field Investigations, LEED, Retro-Commissioning, Designs, Cost Estimates, Energy and Economic Analyses required to develop and define actual costs of construction projects, Title 24 Energy Compliance documentation. Services may include incidental architectural, mechanical, civil, fire protection, environmental, and structural work. The maximum contract value may not exceed $20,000,000 aggregate total. The minimum guarantee for the contract shall be $5,000. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial task order. The estimated task order range is $200,000 to $2,500,000. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period with four option periods. Each performance period will run 365 calendar days. The government may exercise the option period unilaterally. Per NFAS 17.208-100(c)(1), options for post construction award services may be negotiated on individual task orders for unilateral exercise. The estimated start date is October, 2010. Brooks Act and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures apply. This procurement is unrestricted. The NAICS Code for this procurement is 541330 and the annual small business size standard is $4.5 Million. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The selection will be based on the following criteria: Criteria 1, Professional Qualifications (SF 330, Section E); Criteria 2, Recent Team Experience (SF 330, Section F); The remaining Criteria is to be addressed in SF 330, Section H: Criteria 3; Capacity; Criteria 4; Past Performance; Criteria 5, Location; Criteria 6, Quality Control; Criteria 7, Commitment to Small Business; Criteria 8, Sustainable Design; and Criteria 9, Volume of Work. Criteria 1 and 2 are of equal importance and the remaining criteria are listed in descending order of importance. SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. In evaluating an Offeror's capability, the Government shall consider how well the offeror complied with these instructions. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Submission Requirements: The SF 330 Part 1 is limited to 30, 8.5"x11" pages. Minimum font size is 10. Submit the following: a) One (1) original and two (2) copies of SF 330 for the prime offeror (which also includes a completed Part II for the firm and key subconsultants) addressing following selection criteria information; and b) one compact disk copy, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. SF330, Part 1, Section B: Contract Information: In Block 5, list firm's Dunn and Bradstreet and Taxpayer Identification Number in addition to the name of the firm. SF330, Part 1, Section D: Organization Chart: In addition to the Instructions provided for the SF 330, identify the overall relationship and lines of authority of the proposed team, including key subconsultants. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) This chart shall not be counted as part of the 30 page limitation. This chart must be affixed to the submittal to avoid separation in handling.SF 330, Part 1, Section E, CRITERIA 1, PROFESSIONAL QUALIFICATIONS: Professional qualifications of the proposed team members assigned to this project in Architect-Engineer (A-E) services including the preparation of the required services. The prime contractor must have one or more licensed professional engineers to perform the work anticipated under this contract. Submission Requirements: Provide brief resumes of each proposed team member who will specifically perform the major tasks listed above for this project. All key personnel must be professionally registered/accredited in their discipline. Provide the highest level of education achieved and the number of years engaged in the discipline. Each resume shall include a maximum of five (5) specific, recently completed projects that best illustrate the individual member's qualifications. Recent is defined as within the past five years. Note: Recent projects completed in California may receive a higher rating for this factor. SF 330, Part 1, Section F, CRITERIA 2, RECENT TEAM EXPERIENCE: Specialized experience and technical competence of the proposed team members assigned to this project experienced in the preparation of the required services. Submission Requirements: For the proposed team, provide a maximum of ten (10) specific, recently completed projects that best illustrate overall team experience. Recent is defined as within the past 5 years. Include within block 24 of the SF330, Section F, a brief narrative for each project. Discuss effectiveness by conformance to scope, adherence to performance schedules, limiting changes and delivering a product that satisfies the requirements. Note: Recent projects completed in California may receive a higher rating for this factor. SF330, Part 1, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in Section F, provide a maximum of ten (10) projects. SF330, Part 1, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 9; additional sheets may be used up to the maximum of 30 total sheets, if required. See submission requirements. Clearly identify the Criteria number and title. CRITERIA 3, CAPACITY: Capacity to accomplish the work in the required time. Submission Requirements: Describe firm's capacity to accomplish work in required time frames. Indicate the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. Address ability to perform the work to schedules and capacity to accomplish multiple, large and small tasks simultaneously. Indicate specialized equipment available. Indicate the firm's and key personnel prior security clearances. CRITERIA 4, PAST PERFORMANCE: Past performance with Government agencies and private industry with respect to quality of work. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Submission Requirements: Show past performance on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. Indicate effectiveness by listing budget/estimated construction cost, award amount, final design estimate, and construction change order rate for at least five recent projects (with emphasis on projects addressed in evaluation factor 2, Experience). Briefly describe cost control procedures and indicate team members who are responsible for monitoring this process. List recent awards, commendations, and other performance evaluations (do not submit copies). Note: Superior performance ratings on recently completed DOD contracts may result in a higher rating for this factor. CRITERIA 5, LOCATION: Firm's location within and demonstrated knowledge of the general geographical areas in which projects could be located. The work for this contract shall occur at various Navy and Marine Corps facilities and other government facilities located in Arizona, California, Colorado, Nevada, New Mexico and Utah. The selected firm, on occasion, may be tasked with providing services at locations within the continental United States, including Alaska. Submission Requirements: Indicate Firm's location of main offices, branch offices, and sub-consultants offices. Describe and illustrate the team's knowledge and availability to work in the geographical area. Address ability of the firm to ensure timely response to requests for on site support. Note: Firms with a local office in the Southern California area may receive a higher rating for this factor. CRITERIA 6, QUALITY CONTROL: Demonstrated success of the Quality Control (QC) program used by the firm to ensure quality products. Submission Requirement: Address Quality Control program and the success of the program used by the firm. Describe who is primarily responsible for the QC program and how the prime firm ensures quality consistently across the entire team and how quality of subcontractors work is assured. Briefly describe internal quality assurance procedures and indicate effectiveness. Address the team's QC processes for checking documents for errors, omissions and quality and incorporating and tracking review comments. Of special interest are the QC processes in place that minimizes the government's effort to QA the AE's work product for errors, omissions and quality. Indicate team members who are responsible for monitoring these processes. CRITERIA 7, COMMITMENT TO SMALL BUSINESS: (To be addressed by all firms, including small businesses). Use of small business concerns as subconsultants. Submission Requirements: Demonstrate commitment and use of small business concerns as subconsultants on this contract. Provide a brief narrative identifying and committing to the following small business subcontracting goals: Small Business (SB) - 65.65%; Small Disadvantaged Business - 16.27%; Woman-Owned Small Business - 14.68%; Hubzone - 3%; Service-Disabled Veteran-Owned Small Business - 3%; Veteran-Owned Small Business - 3%. Address how the small business identified as subconsultants in your SF330 will meet the subcontracting goals by detailing subconsultant name, DUNS number, small business socio-economic category (ies), what type of service the subconsultant performs and list subcontracting percentage the subconsultant will meet in their respective socio-economic category. Note: Firms slated for an interview will be required to submit a subcontracting plan that reflects a minimum of the subcontracting goals stated above prior to the interview. Note: Firms demonstrating a high level of utilization of small business in subconsultant roles may receive a higher rating in this factor. CRITERIA 8, SUSTAINABLE DESIGN: Demonstrated success and knowledge in sustainable design. Submission Requirements: Describe the team's knowledge of and experience with the Leadership in Energy and Environmental Design (LEED) program, the use of recovered materials, and sustainable principles and concepts, particularly related to site design. CRITERIA 9, VOLUME OF WORK: Volume of DOD work awarded to firm in past 12 months with objective of equitably distributing contracts among firms, including minority owned firms and firms without prior DOD contracts. Submission Requirements: Provide a list of DOD contracts awarded in the last 12 months. Include the dollar amount for each DOD contract/task order awarded. Firms with multiple offices shall indicate which branch office completed each project. Include agency phone numbers and points of contact. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain management and the Firms abilities. Elaborate presentations are not desired. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages will be excluded from the evaluation process). Per DFAR 252.204.7004, firms must be registered with Central Contractor Registration (CCR) prior to contract award. Registration information is available at the CCR website, http://www.ccr.gov. In accordance with the Brooks Act, the AE Firm must be a registered/licensed architectural and/or engineering firm and will be required to submit such proof prior to the interview phase of the selection process.Those firms which meet the requirements described in this announcement and wish to be considered must submit the SF 330, per submission requirements. One copy of the submittal package (original, plus 2 copies and CD) is to be received in this office (NAVFAC Southwest, 1220 Pacific Highway, Attn: Code RAQ20.HH, Attn: Hal Hayes, San Diego, CA 92132) no later than, 2:00 P.M. Pacific Standard Time on Thursday, April, 29, 2010. Submittals received after this date and time will not be considered. Facsimile and emailed SF 330's will not be accepted. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the NAVFAC electronic solicitation website NECO (Navy Electronic Commerce Online) at: https://www.neco.navy.mil for any revisions to this announcement or other notices. Plan-holder list is available via the NECO website and an Interested Vendors List is available via the FedBizOpps website, www.fbo.gov, under this solicitation number. Address inquiries via email: harold.hayes@navy.mil or via telephone: 619-532-1251 *** END OF ANNOUNCEMENT ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247310R5426/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN02106316-W 20100401/100330234812-084ddee6e4799b83a845e57046e8502b (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.