Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
SOLICITATION NOTICE

C -- Indefinite Quantity Architect-Engineer Services for Preparation of Plans and Specifications for Civil Engineering Projects, Various Locations, NAVFAC Hawaii Areas

Notice Date
12/13/2010
 
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
N6247811R5014
 
Response Due
1/13/2011
 
Archive Date
2/13/2011
 
Point of Contact
Kimberlee Fujimoto (808) 474-9392
 
E-Mail Address
kimberlee.fujimoto@navy.mil
(kimberlee.fujimoto@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 civil engineering services with associated multi-discipline Architect-Engineer (A-E) support services. The services may include, but are not limited to preparation of project engineering documentation, preliminary and final plans and specifications including preparation of Design-Build Request for Proposal contract documents, technical reports including engineering investigations and concept studies, topographic surveys, construction cost estimates, operations and maintenance manuals, record drawings, shop drawing reviews, interdisciplinary coordination reviews and construction consultation and geotechnical investigations as required for civil engineering design, analysis and studies. Projects involve new construction, repair, maintenance and investigations of site conditions, roadway/parking areas, fencing/barriers, drainage systems including erosion control and slope stabilization, and utility systems including sewer and water pump stations in tropical environments similar to the State of Hawaii. If asbestos or hazardous materials exist, the 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 option to extend the contract for an additional four years. The total fee for the contract term shall not exceed $5,000,000. Other than the total contract amount of $5,000,000, there are no restrictions 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 $50,000,000. Estimated date of contract award is March 2011. 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 the firm and proposed staff in the preparation of Design-Build Request for Proposal contract documents, preparation of technical reports including engineering investigations and concept studies, topographic surveys, construction cost estimates, and geotechnical investigations as required for civil engineering design, analysis and studies for facilities in tropical environments similar to Hawaii; (2) Specialized recent experience within the past 7 years and technical competence of the firm or particular staff members with Civil Engineering projects involving new construction, repair, maintenance and investigations of site conditions, roadway/parking areas, fencing/barriers, drainage systems including erosion control and slope stabilization, and utility systems including sewer and water pump stations 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, 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-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 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 criteria (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. 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 (DD1391), facility 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, NAVFAC HAWAII (Code OPHA1), 400 Marshall Road, Building A-13, Pearl Harbor, HI 96860-3139, (A-E Solicitation No. N62478-11-R-5014). This address is for deliveries, including U.S. Mail, and courier service. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. You may also hand deliver your SF330 to Building A-13 (please call Kimberlee Fujimoto at (808) 474-9392 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. 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. Four copies of your SF 330 are required: Three paper copies and one electronic copy on a CD. Firms responding to this announcement by Thursday, January 13, 2011 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247811R5014/listing.html)
 
Place of Performance
Address: Various Locations in All Areas Under Cognizance of NAVFAC Hawaii, Pearl Harbor, HI
Zip Code: 96860
 
Record
SN02342767-W 20101215/101213233619-e7848b7573204901e13888a6ab6bc8f1 (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.