Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2011 FBO #3462
DOCUMENT

C -- Waterfront Inspection Services at various CONUS locations - Attachment

Notice Date
5/16/2011
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62583 SPECIALTY CENTER ACQUISITIONS NAVFAC 1205 Mill Road Building 850 Port Hueneme, CA
 
Solicitation Number
N6258311R0505
 
Response Due
5/9/2011
 
Archive Date
5/27/2011
 
Point of Contact
Theodore Fleet 805-982-2914
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE OF STAY OF SOLICITATION This notice supplements the previous notice which announced a NAICS code protest to the Small Business Administration. Pursuant to Small Business Administration Regulation 13 C.F.R. section 121.1103(c)(1(i) the subject solicitation is stayed. This action is based on a new regulatory provision effective March 2011 which can be found at 76 Federal Register 5680. The date for receipt of proposals is at this time undetermined. When the NAICS protest decision is issued, a new date will be published. Interested parties who wish to submit arguments for OHA consideration on this appeal can do so by submitting in writing to OHAfilings@sba.gov no later than 5:00pm Eastern Time on 20 May 2011 pursuant to Notice and Order NAICS-2011-05-04-69, issued on 5 May 2011. THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. THIS ACQUISITION IS RESERVED EXCLUSIVELY FOR 100% TOTAL SMALL BUSINESS SET-ASIDE. IT IS FOR UP TO FOUR (4) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD, FIRM FIXED PRICE CONTRACTS for ARCHITECT-ENGINEER (A-E) services for Naval Facilities Engineering Service Center, Port Hueneme, California. The applicable North American Industry Classification (NAICS) Code is 541330 (size standard $4.5M). DESCRIPTION: FAR 52.215-1(f)(6) authorizes the Government to make multiple awards if, after considering the additional administrative costs, it is in the Government s best interest to do so. In order to fulfill this requirement in an efficient and evenhanded manner that avoids duplicating essentially identical source selection processes, the Government is presenting this synopsis for a split (multiple) award as permitted by FAR 52.215-1(f)(6). This synopsis will result in the award of up to four (4) single Indefinite Delivery Indefinite Quantity contracts for work to be accomplished in CONUS Regions 1 through 4. CONUS Regions are defined as follows: (1) Northeast, Southeast (including Key West), Great Lakes areas, Puerto Rico, and the U.S Virgin Islands; (2) Mid-Atlantic area, specifically Maryland, Washington D.C., and Virginia; (3) Southwest, Hawaii, and Gulf Coast areas; and (4) Northwest area (including Alaska) and all Pacific U.S. Territories as defined by www.usa.gov including, but not exclusive of, American Samoa, Federated States of Micronesia, Guam, Midway Island, Wake Island, Johnston Atoll, Baker Island, and the Northern Mariana Islands. Pricing information will be requested of the selected firm for each contract. The duration of the contract(s) will be one year from the date of initial contract award (Base year), with two (2) additional one-year option periods. The total value for each region under this solicitation is $12,000,000.00 for all years. The aggregate value of all contracts for all years is $48,000,000.00. Option years are included and may be exercised within the time frame specified in the resultant contract(s) at the sole discretion of the Government. The IDIQ contract type minimum guarantee of $10,000 for the entire contract term, for each contract, including option years, will be satisfied by the award of an initial task order. Individual task orders are expected to range, on average, between $50,000 and $250,000 and may include PCAS services as identified by the task orders. The prime contractor is required to perform at least 50% of the work under awarded task orders for each year of the contract, not under each task order. STATEMENT OF WORK: This synopsis is for services for underwater and above water inspection, material condition assessment, engineering and design services in support of Sustainment, Restoration and Modernization (SRM) and Military Construction (MILCON) projects at DoD waterfront and ocean facilities at various locations CONUS, as defined herein. The scope includes, but is not limited to, field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of Design/Build RFPs and Invitation For Bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. Projects under the contract(s) shall be awarded on individual task orders. The types of task order submittals may include, but are not limited to, inspection and condition assessment reports, engineering alternatives analyses and basis of repair/design reports, engineering calculations, engineering plans and specifications, construction cost estimates, and technical reviews. Additional products and services may include construction contract drawings using computer-aided design and drafting (CADD), per the A/E/C CADD Standard, and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS); Waterfront UNIFORMAT II classifications standard; contract bid analyses; post construction award services (PCAS); Title II inspection services; database design, construction and population; procedures and guidelines reports; static and dynamic structural analyses using finite element computer modeling; two and three-dimensional structure modeling and rendering; seismic vulnerability assessments, including use of finite element models and time history acceleration data for linear and/or nonlinear analyses of critical elements and development of retrofit schemes. A waterfront facility is defined as any structure located on the waterfront, in connection with, or potentially in contact with, water or the marine environment. This would include inland structures that require underwater investigations. Waterfront facilities include, but are not limited to, piers, wharves, bulkheads, quaywalls, offshore towers, dams, levees, water control structures, instrument support structures, dry docks, moorings, underwater cables, or any similar structure. All waterfront facility assessments, including underwater inspections will be performed under direct control and supervision of registered professional engineer-divers. For each underwater assessment, one registered professional engineer-diver shall be appointed as the engineer-in-charge (EIC). That EIC shall dive at least 50% of the time, supervise the writing of the detailed inspection report, and write at least 50% of the detailed inspection reports. The other engineers on-site may write the balance of the inspection report. The EIC shall ensure that all field inspection operations, including diving, are performed in accordance with U.S. Army Corps of Engineers Safety and Health Requirements EM 385-1-1 (September 2008). US citizenship for all on-site personnel, including the requirement to pass a Federal Law Enforcement Agency Background Screening Process for access to Government sites is required. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: Each firm must address in its SF330 submittal package the following selection criteria for all proposed services under this solicitation. Evaluation criteria are listed in descending order of importance, except as noted: Evaluation Criteria (1), (2), and (3) are of equal importance to each other. Criteria (4) and (5) are of lesser importance than Criteria (1), (2), & (3) but are equal to each other in importance; and Criteria (6), (7), (8), and (9) are of equal importance to each other, and of lesser importance than Criteria (4) and (5). The Navy is announcing a total of four (4) regional CONUS requirements for Waterfront Inspection Architect-Engineer services; ultimate result will be up to four (4) separate single award IDIQ contracts to cover all CONUS Navy requirements. The slate and selection processes for the 4 CONUS regions will be conducted concurrently. Impacts to capacity due to selections for multiple regions will be considered under both Criteria (4)- Capacity and Criteria (5)- Location and will play a role in determining the number of awards to cover the 4 CONUS regions. Each CONUS award, whether this synopsis results in 1, 2, 3, or 4 awards, will be 100% set aside for small business. SF 330s will be evaluated to determine the most highly qualified firm based on criteria responses. Evaluation of 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. 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. SF 330, Section E, CRITERIA 1, PROFESSIONAL QUALIFICATIONS: Professional qualifications and technical competence of the personnel proposed for this contract. Professional qualifications include professional registrations and/or relevant technical certifications of the personnel assigned to the contract. Each resume shall include a maximum of five (5) specific completed projects that best illustrate the individual personnel s experience. Qualifications for all diving personnel proposed for this contract shall include, but are not limited to, training certifications and medical certifications issued as required under Contract Diving Operations sections 30.A.06 through 30.A.10 of the U.S. Army Corps of Engineers EM 385-1-1 (September 2008). Listed qualifications must demonstrate that the prospective firm has performed contract diving work on a regular and routine basis for at least the past three years and is able to accomplish such work in a safe and efficient manner. Contractor must state that no willful OSHA violations have occurred within this 5-year period. Multiple serious violations with gravity of 10, as determined by OSHA, may be cause for disqualification from further consideration. SF 330, Sections F and G, CRITERIA 2, SPECIALIZED EXPERIENCE: Specialized experience of the proposed team members. Specialized experience conducting waterfront inspections for government agencies and the ability to quickly mobilize worldwide. This criterion includes experience in the following areas: a) Design and engineering services for repairs of waterfront and ocean facilities, including feasibility studies. b) Structural condition assessments, including the use of destructive and non-destructive (NDT) techniques. c) Static and dynamic structural analyses, including seismic vulnerability assessments and vessel/structure interaction analyses of waterfront facilities using computer aided tools. d) Geotechnical investigations related to pile and gravity based foundations. e) Testing and evaluation of structural material samples. f) Evaluation of both impressed current and sacrificial anode type cathodic protection systems on waterfront and submerged structures. g) Preparation of waterfront facilities repair cost estimates, including Form DD1391. h) Design and engineering services associated with underwater instrument and cable arrays, including the use of horizontal directional drilling. i) Provide engineering submittals in electronic format(s). (Submittals include, but are not limited to: contract bid documents, inspection reports, three dimensional structure models and renderings. CRITERIA 3, SAFETY: (a) SUBMITTAL REQUIREMENTS: The firm shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR and DART Rates shall not be submitted for subcontractors.) (1) Experience Modification Rate (EMR): For the three previous complete calendar years, 2008, 2009, 2010, submit your EMR (which compares your company s annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Any extenuating circumstances that affected the EMR and upward or downward trends should be addressed as part of this element. Lower EMRs will be given greater weight in the evaluation. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: For the three previous complete calendar years, 2008, 2009, 2010, submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the U.S. Department of Labor, Occupational Safety and Health Administration. If you cannot submit an OSHA DART Rate, affirmatively state so, and explain why. Any extenuating circumstances that affected the OSHA DART Rate data and upward or downward trends should be addressed as part of this element. Lower OSHA DART Rates will be given greater weight in the evaluation. (3) Technical Approach for Safety: Describe the plan that the firm will implement to evaluate safety performance of potential subcontractors as a part of the selection process for all levels of subcontractors. Also, describe any innovative methods that the firm will employ to ensure and monitor safe work practices at all subcontractor levels. The Safety Narrative shall be limited to two pages. (b) BASIS OF EVALUATION: The Government is seeking to determine that the firm has consistently demonstrated a commitment to safety and that the firm plans to properly manage and implement safety procedures for itself and its subcontractors. The Government will evaluate the firm s overall safety record, the firm s plan to select and monitor subcontractors, and any innovative safety methods that the firm plans to implement for this procurement. The Government s sources of information for evaluating safety may include, but are not limited to, OSHA, NAVFAC s Facility Accident and Incident Reporting (FAIR) database, and other related databases. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete safety information regarding these submittal requirements rests with the firm. The evaluation will collectively consider the following: - Experience Modification Rate (EMR) - OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate - Firm Technical Approach to Safety - Other sources of information available to the Government (1) Experience Modification Rate (EMR): The Government will evaluate the EMR to determine if the Offeror has demonstrated a history of safe work practices, taking into account any upward or downward trends and extenuating circumstances that impact the rating. Lower EMRs will be given greater weight in the evaluation. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: The Government will evaluate the OSHA DART Rate to determine if the Offeror has demonstrated a history of safe work practices, taking into account any upward or downward trends and extenuating circumstances that impact the rates. Lower OSHA DART Rates will be given greater weight in the evaluation. (3) Technical Approach to Safety: The Government will evaluate the narrative to determine the degree to which subcontractor safety performance will be considered in the selection of all levels of subcontractors on the upcoming project. The Government will also evaluate the narrative to determine the degree to which innovations are being proposed that may enhance safety on this procurement. Those firms whose plans demonstrate a commitment to hire subcontractors with a culture of safety and that propose innovative methods to enhance a safe working environment may be given greater weight in the evaluation. CRITERIA 4, CAPACITY: Capacity to accomplish the work, including multiple task orders, in the required time. Submission Requirement: a) For each design team firm, list all current projects being designed in the design team firm s office with a current design fee of greater than $500,000. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm s present workload and the availability of the project team (including subconsultants) for the specified contract performance period; b) For each design team, describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and c) Discuss how surge workload would be managed. Firms will be evaluated on the extent to which they identify their approach to managing subcontractors in support of executing planned and emergent workload requirements for the Navy. CRITERIA 5, LOCATION: Firm s experience working in diverse cultural and technical environments (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firm s access to and, to the extent feasible, demonstrated knowledge of the general geographical areas in which projects could be located. Indicate locations of firm s main offices, branch offices, and sub-consultants offices. Describe and illustrate the team s knowledge and availability to meet project requirements on a worldwide basis. Firms will be evaluated with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction practices of the area of the contract. CRITERIA 6, PAST PERFORMANCE: Past performance on projects of similar size and scope and location, CONUS and OCONUS. Demonstrated long-term government or private business relationships, repeat business on related efforts and construction support are valued. Provide a listing of all excellent performance ratings and letters of commendation from both private and Department of Defense (DOD) clients (designate your role: prime, consultant, or joint venture partner). Ratings must be within the last five (5) years. CRITERIA 7, QUALITY CONTROL: Describe the firm s quality control processes outlining specific personnel (including their discipline/specialty) and procedures for ensuring quality of the firm s products and services. Of special interest are the QC processes in place that minimize the Government s effort to QA the firm s work product for errors, omissions, and quality. CRITERIA 8, VOLUME OF WORK: Volume of work awarded by the Department of Defense within the past 12 months. Indicate in Block H of the SF 330 the total dollar value of contracts awarded to your firm by DOD in the last 12 months. CRITERIA 9, 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 for sustainability of DOD waterfront and ocean facilities and systems. Sustainable design elements as pertaining to DOD Fuel systems include: 1) Minimization or elimination of toxic and harmful substances in facilities and the surrounding environments; 2) Facility maintenance and operational practices that reduce or eliminate harmful effects on people and natural environment; and 3) Efficiency in resource and selection of materials and products appropriate for the environment. ADDITIONAL INFORMATION: Estimated start date for this contract is August 2011. Per DFARS 252.204.7004, firms must be registered with Central Contractor Registration prior to contract award. Registration information is available at their website, http://www.ccr.gov. SF330 s shall not exceed 50 printed pages (double-sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF 330 (cover letter, other attachments and pages in excess of the 50 page limit will not be included in the evaluation process). Cover letter should indicate for which Regions the firm would like to be considered for award; if applicable, firms should specify interest in all Regions. If not specified, firms will be considered for award for all regions. Firms, as well as their subsidiaries and/or affiliates which design or prepare specifications for a construction contract or procurement or supplies cannot provide the construction or supplies. Further clarification for completion of SF 330; SF 330 Part I is limited to 50 pages, Part I, Section D, Organizational chart is not included in the 50 page limit. SF 330 Part II is limited to one page for the prime contractor and one page for each sub contractor. In Part I, Section B, block 5, include the firm s Tax Identification Number and ACASS number. In Part I, block 16, include what year(s) the degree(s) was received. In Part I, Block 17, include what year(s) the Professional Registration(s) was first issued. Note regarding Part II, block 5(b), Small Business Status do not leave this blank. One (1) electronic copy and three (3) hard copies of the submittal package are to be received in this office no later than 2:00 p.m., Pacific Time, on May 26, 2011. Submittals received after this date and time will not be considered. Electronic copy must be sent to Ted Fleet at theodore.fleet@navy.mil and to Dani Maestas at danielle.maestas@navy.mil The three hard copies must be submitted to Specialty Center Acquisitions NAVFAC, Naval Base Ventura County, 1100 23rd AVE, Bldg. 1100, Port Hueneme, CA 93043-4347, Attn: Ted Fleet. Outside corner of mailing envelope shall be labeled as follows: N62583-11-R-0505 Waterfront Inspection A-E CONUS Services. Facsimile SF 330 s will not be accepted. Site visits will not be arranged during the submittal period. Points of contact are: Ted Fleet, Theodore.Fleet@navy.mil, 805-982-2914; and Dani Maestas, Danielle.Maestas@navy.mil, 805-982-1911.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N47408/N6258311R0505/listing.html)
 
Document(s)
Attachment
 
File Name: N6258311R0505_OHA_NoticeOrder_NAICS2011050469_5May11.pdf (https://www.neco.navy.mil/synopsis_file/N6258311R0505_OHA_NoticeOrder_NAICS2011050469_5May11.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6258311R0505_OHA_NoticeOrder_NAICS2011050469_5May11.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02449315-W 20110518/110516235013-9a653327be89a323d725d3b63bd6848d (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.