Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

C -- Indefinite Quantity Architect-Engineer Services For Preparation of Plans & Specifications For Bachelor Quarters & Other Architectural Projects, Various Locations, NAVFAC HAWAII Areas

Notice Date
5/25/2010
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247810R5013
 
Response Due
6/28/2010
 
Archive Date
9/30/2010
 
Point of Contact
RIKA DELAUNAY (808) 474-9344 RIKA DELAUNAY, Contracting Officer, Phone (808) 474-9344, Alternate, Alice Mende, Phone (808) 474-2365
 
E-Mail Address
rika.delaunay@navy.mil;, alice.mende@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is a 100% set-aside for small business concerns. The small business size standard classification is NAICS 541330 ($4.5M in annual receipts). Services include, but are not limited to design and engineering services for various Bachelor quarters which may include a kitchen, walk-in closet and common areas such as lounges, laundry, storage, housekeeping, quarterdeck/office spaces, and public restrooms. Mechanical systems may include elevators, fire sprinklers and central air conditioning. Electrical equipment may include a transformer station. Supporting facilities may include utility connections (water, sewers, electrical, telecommunications, and cable television). Other architectural projects may include but are not limited to design and engineering for new construction, alterations, repair of buildings, structures and minor construction of admin/training facilities, industrial shops, and warehouses. Services shall also include preparation of engineering studies, cost estimates, cost certification, certified-ready-for-design documents, final plans and specifications, as-built drawings and post construction services, as required. If asbestos, lead paint or other 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 will be awarded as a firm fixed price A-E Delivery Order under the basic 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 maximum value for the contract inclusive of all option periods shall not exceed $10,000,000. There is no restriction on the annual fee for any year and no per project limitation on the fee. 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 $25,000 and $25,000,000. Estimated date of contract award is October 2010. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The Government may have a need for an additional contract for the same type of work. Therefore, the Government reserves the right to award an additional contract within six (6) months from the date of award of this contract. There will be no further synopsis in the event the Government determines an additional contract is necessary with the six month period. The Government will determine which contractor/IQ contract will be selected to negotiate an order based on the contractor's current capacity to accomplish the work in the required time frame; any unique specialized experience, equitable distribution of work among the contractors; and performance and quality of deliverables. 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 designing bachelor quarters, apartments, dormitories, or new building construction, building alterations, renovations and repairs type projects in Hawaii and similar tropical environments in the Pacific Ocean area; (2) Specialized recent experience and technical competence of firm or particular staff members proposed for designing bachelor quarters, apartments, dormitories, or new building construction, building alterations, renovations and repairs type projects in Hawaii and similar tropical environments in 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 appl! ying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach including knowledge of most current LEED certification process; (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) 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 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. 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 Regulation (FAR) requires the use of the 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 (Apr 2008) and 52.204-8 Annual Representations and Certifications (Feb 2009). 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 (DD 1391), facility studies, environment 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, NAVFAC HAWAII (Code OPHA1), 400 Marshall Road, Building A-13, Pearl Harbor, HI 96860-3139, (A-E Solicitation No. N62478-10-R-5013). You may also hand deliver your SF 330 to Building A-13 (please call R. Delaunay at (808) 474-9344 to make arrangements to hand deliver. 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. This solicitation requires all interested firms to have an email address. Notifications will be via e-mail; therefore, e-mail address must be shown on the SF 330, Part 1, Section B8. Firms responding to this announcement by June 28, 2010 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal. Point of Contact is Rika Delaunay, Contracting Officer, Phone (808) 474-9344, email Rika.Delaunay@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247810R5013/listing.html)
 
Place of Performance
Address: Various Locations in All Areas Under Cognizance of NAVFAC Hawaii, Pearl Harbor, Hawaii
Zip Code: 96860
 
Record
SN02158877-W 20100527/100525234512-72360fcce1031bdaccbf11f1a724edae (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.