Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
DOCUMENT

C -- Indefinite Quantity Contract for Electrical, Mechanical, Energy & Utility Services for Various Locations throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide - Attachment

Notice Date
5/19/2011
 
Notice Type
Attachment
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
N62470 NAVFAC ATLANTIC Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
 
Solicitation Number
N6247011R1024
 
Response Due
6/17/2011
 
Archive Date
7/2/2011
 
Point of Contact
Lisa Sumpter 757-322-4083 Katya Oxley
 
E-Mail Address
322-4735
 
Small Business Set-Aside
N/A
 
Description
Indefinite Delivery/Indefinite Quantity Contract for Electrical, Mechanical, Energy and Utility Services for Various Locations throughout the Naval Facilities Engineering Command Area of Responsibility, Worldwide Description ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD. Design or Engineering Services are required for an Indefinite Delivery/Indefinite Quantity Contract for Electrical, Mechanical, Energy and Utility Services for Various Locations under the cognizance of the Naval Facilities Engineering Command, Atlantic. Projects can be categorized as services required for Department of Defense shore facilities that receive support services from the Naval Facilities Engineering Command, Atlantic including, but not limited to: the Continental United States; Puerto Rico; Guantanamo Bay, Cuba; Iceland; Europe; North Africa; Southwestern Asia; and the Azores. Projects are required to conduct energy and water conservation audits of buildings; and to conduct analyses, verification, condition assessments, inspection testing, evaluation, strategic planning and design of utility plants and utility distribution systems. The primary tasks anticipated under this contract include, but are not limited to: developing various Energy Conservation Investment Projects (ECIP); evaluating, analyzing, inspecting and testing, and designing electrical and mechanical utility systems, utility plants, desalination plants, potable water softening plants, and building systems; evaluating water and wastewater plants with regard to energy efficiencies; developing Life Cycle Cost analyses; determining distribution system efficiencies; investigating existing equipment condition and capacity; preparing reports with corrective recommendations; performing boiler, turbine and ancillary plant equipment performance and efficiency testing in accordance with applicable A.S.M.E. standards; conducting stack emission testing; calculating plant heat balances; analyzing steam plant control systems; determining overall plant efficiencies; performing metallurgical testing of boiler components and plant auxiliaries; analyzing and testing boiler feedwater, steam condensate and related equipment to verify compliance with Navy steam requirements; performing detailed plant life extension studies; performing distribution systems condition inspections; performing field flow tests to determine effectiveness of heating and cooling distribution systems; calculating distribution system equivalent lengths; analyzing mechanical plant control systems; evaluating code and safety compliance; performing load studies; updating, verifying and digitizing utilities system drawings and maps; developing system and plant equipment inventory lists; estimating plant and distribution system replacement cost; performing electrical distribution systems load flow and voltage drop analyses, fault analyses, arc flash analyses, and protective device coordination studies; and preparing reports detailing findings with recommended corrective action. The A&E will be required to prepare and present briefings of their engineering analysis. The format of the briefings may be, but is not limited, to oral presentations, Power Point presentations, "Glossy" Executive Summary presentations, video presentations, and computer based multimedia presentations. Architect-Engineering and Engineering Services that may be required under this contract include DD Form 1391 documentation, plans, specifications, cost estimates, related studies, surveying, soil borings, hazardous materials identification, energy computation, life safety code studies, other associated engineering services, shop drawing review, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), sustainable engineering design practices, and construction inspection and engineering consultation services during construction EVALUATION FACTORS The A&E must demonstrate its and each key sub-consultant ™s qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) and (2) are considered most important and equal among themselves; Criteria (3) through (5) are slightly less important and equal among themselves; Criteria (6) and (7) are of lesser importance and equal among themselves; and Criterion (8) is the least important and will be used as a tiebreaker among technically equal firms. SF 330s will be evaluated to determine the most highly qualified firm based on criterion responses. Failure to provide requested data or to comply with the instructions in this Notice could result in a firm being considered less qualified. Specific evaluation criteria include: Criterion 1 “ Specialized Experience (SF 330 Part 1 Section F): Firms will be evaluated in terms of their knowledge of, and demonstrated recent (last five years) experience in the primary tasks listed above. Demonstrated experience throughout NAVFAC LANT's Area of Responsibility is emphasized. Submission Requirements: The Contractor shall provide a maximum of five (5) projects that were substantially completed since Jan 2006 and best illustrate specialized experience of the proposed team. All projects provided in the SF 330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. The format for the projects shall include: Experience as prime or consultant (please identify), point of contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, award contract value, current contract value and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the Offeror is a joint venture (JV), information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for each joint venture partner, not to exceed a combined total of five (5) projects. Projects shall be submitted on the SF-330 and shall be completed or substantially completed projects. Projects not completed or substantially completed will be excluded from evaluation consideration. A project is defined as: Work performed pursuant to one specific task order of an indefinite delivery/indefinite quantity (ID/IQ) type contract at one site or multiple sites at either a single installation/facility or multiple installations/facilities; or Work performed under multiple task orders issued against one ID/IQ contract to accomplish the work effort on a single site within a single installation or facility. Work performed pursuant to a site-specific contract (i.e., a non-IDIQ contract) for one site or multiple sites within a single installation or facility; or Work performed pursuant to a single contract that is not an indefinite delivery/indefinite quantity (ID/IQ) contract at multiple installations or facilities. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders that fit within the definition above. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Criterion 2 - Professional Qualifications and Technical Competence (SF 330 Part 1 Section E and Section G): Professional qualifications and competence of the key personnel to be assigned to this contract in A-E services: (a) Active professional registration. (b) Experience of the technical staff in performing the services as described in the primary tasks (see paragraph 3 of Description). Submission Requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation, which should include professional registration of the engineering and surveying staff and ESRI certified trainers. Indicate whether key personnel hold security clearance and if so, what level. Indicate participation of key personnel in example projects in the SF 330 Part 1 Section G. Criterion 3 “Program Management and Capacity (SF 330 Part 1 Section H): Firm ™s ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission Requirements: Describe the management plan for this contract. Describe the firm ™s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules and control costs and the firm ™s capacity to accomplish 5 tasks simultaneously. Specifically address the impact of the anticipated workload under this contract on the technical staff's projected workload during the contract period. Criterion 4 “ Past Performance (SF 330 Part 1 Section H): Past Performance with Government agencies and private industry in terms of work quality, innovation, compliance with schedules, and cost control, overall safety record and stakeholder/customer satisfaction (with emphasis on projects addressed in Evaluation Factor 1). Firms should demonstrate long-term business relationships and repeat business with NAVFAC LANT, other DOD agencies, and private customers along with points of contact. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified Submission Requirements: Show past performance by the Prime and team members on contracts with government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. Briefly discuss cost control procedures and adherence to project schedules. Discuss long term business relationships with federal, state and private clients. List recent awards, commendations and other performance evaluations. Criterion 5 “ Quality Control (SF 330 Part 1 Section H): Strength of the Quality Control (QC) plan proposed by the firm to ensure quality products under this contract. Firms will be evaluated on the acceptability of the internal quality control program used to assess technical accuracy in reports and assure overall coordination between engineering and technical disciplines, and on their means of ensuring quality services from their consultant(s). Submission Requirements: Discuss Quality Control Plan that would be utilized for this contract. The plan shall contain an explanation of the management approach and an organizational chart showing the inter-relationship of management and team components and shall discuss specific quality control processes and procedures proposed for this contract. Identify the Quality Control Manager and any other key personnel responsible for the program and discuss authorities assigned to the individual(s). Discuss how the Offeror ™s program extends to the subcontractors. Criterion 6 “ Firm location (SF 330 Part 1 Section H) Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office or offices that will be performing the work under this contract and their demonstrated knowledge of the general geographic areas in which projects could be located. Firms should demonstrate the ability to support Navy and Marine Corps installations with NAVFAC LANT's Area of Responsibility. Submission Requirements: Indicate location of the office that will be performing the work, including main offices, branch offices and offices of team members. Describe and illustrate the team ™s knowledge of the geographic areas to be covered by this contract. Criterion 7 - Small Business and Small Disadvantaged Business Subcontracting Plan (SF 330, Part 1, Section H): Firms will be evaluated in terms of the extent to which they identify and commit to Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on past performance in utilization of small business concerns and participation of small business concerns for this requirement. Submission Requirements: Past performance in utilization of small business concerns. All offerors shall provide historical data on utilization of SB, SDB, WOSB, HUBZone, SDVOSB and HBCU/MI. Large Business offerors shall submit three śfinal ť or śmost recent ť Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. IF ISRS ARE NOT śFINAL ť OR śMOST RECENT, ť THEY WILL NOT BE CONSIDERED. If subcontracting goals were not met, provide an explanation. If Individual Subcontracting Reports were not applicable to the similar contracts noted, large business offerors shall submit other documentation which shows utilization of the various types of small business firms for the contracts. Small Business offerors shall also submit documentation which shows utilization of the various types of small business firms for similar contracts of relative size. Participation of small business concerns for this requirement. Large businesses shall submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The attached Small Business Subcontracting Plan template shall be used to complete the draft subcontracting plan. Firms shall submit their śdraft ť Small Business Subcontracting Plans utilizing this template, and only this template. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2011 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) “65.75%, HUBZone (HUB) “ 8.50%, Small Disadvantaged Businesses (SDB) “ 16.51%, Women-Owned Small Businesses (WOSB) “ 14.70% and Service Disabled Veteran-Owned Small Business (SDVOSB) “ 2.62%. If a large business firm is selected for award, a Small Business Subcontracting Plan in accordance with FAR 19.6 and DFAR 219.7 will be required and incorporated into the contract award. Small businesses: there are no additional submission requirements for small businesses for this element of the factor. Criterion 8 - Volume of Work (SF 330 Part 1 Section H): Firms will be evaluated in terms of work previously awarded to the firm by DoD within the past 12 months with the objective of effecting an equitable distribution of DoD A&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DoD contracts. Submission Requirements: Provide a list of DoD contracts awarded to the firm by DoD within the past 12 months. Include a dollar amount for each contract/task order awarded. Firms with multiple offices should indicate which office was awarded the contract/task order. Joint ventures should list awards to the JV entity and separately list awards to each individual JV member for that time period. There will be one (1) selection made from this announcement. The duration of this contract will be for one (1) year from the date of an initial contract award with two (2) additional one-year option periods. This is a $5,000,000 contract for work primarily in the NAVFAC LANT AOR including but not limited to: the Continental United States; Puerto Rico; Guantanamo Bay, Cuba; Iceland; Europe; North Africa; Southwestern Asia; and the Azores. The minimum guarantee for the entire contract terms (including option years) is $5,000.00 and will be satisfied by the award of the initial Task Order. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction of the A&E performance under the subject contract. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under these contracts will be made. Type of contract: Firm Fixed Price Indefinite Delivery/Indefinite Quantity Contract. Estimated start date is December 2011. This proposed contract is being solicited on an unrestricted basis; therefore, replies to this notice are requested from all business concerns. The small business size standard classification is NAICS 541370 ($4,500,000). All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website: http://www.ccr.gov. PLEASE READ THE FOLLOWING CAREFULLY: In accordance with the Brooks Act, the A-E firm must be a registered /licensed architectural and/or engineering firm to be eligible for award of this contract and must submit proof of the same with the SF 330. Failure to submit the required proof could result in an offeror ™s elimination from consideration. Architect-Engineer Firms that meet the requirements described in this announcement are invited to submit a completed SF 330. If the SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. The SF-330 shall be typed, one sided, at least 12 pitch font or larger. Part I shall not exceed 50 single-sided 8.5 X 11 inch pages. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (i.e., state registration number). Responses are due no later than 3:00 p.m. EDT, 17 June 2011. Responses should be sent to the following address: Commander, Naval Facilities Engineering Command, Atlantic, Attn: Code ACQ22LAS, 6506 Hampton Boulevard, Mail Room, Norfolk, Virginia 23508-1278. Late responses will be handled in accordance with FAR 52.215-1. Hand carried responses will not be accepted. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit two (2) hard copies and two (2) electronic copies of the qualification statement. Inquiries concerning this project should include solicitation number and title. Point of Contact Lisa Sumpter, Contract Specialist, Phone: 757-322-4083, Email: lisa.sumpter@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247011R1024/listing.html)
 
Document(s)
Attachment
 
File Name: N6247011R1024_Final_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N6247011R1024_Final_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6247011R1024_Final_Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02452383-W 20110521/110519234736-67105ec52a9dcd7253f287a7435c3e29 (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.