Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS ELECTRICAL ENGINEERING PROJECTS & RELATED SERVICES AT VARIOUS LOCATIONS IN ALL AREAS UNDER COGNIZANCE OF NAVFAC PACIFIC

Notice Date
9/21/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274211R0009
 
Response Due
10/24/2011
 
Archive Date
11/8/2011
 
Point of Contact
Wanda Okemura (808) 474-1402 Wanda Okemura
 
E-Mail Address
<!--
 
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 average annual receipts over the past three years. Services include, but are not limited to design and engineering services for various electrical projects with associated multi-discipline architect-engineering support services. The services may include but not limited to engineering studies; preparation of plans, specification, cost estimates, and parametric cost estimates; as built drawings; and post construction services. Projects may involve new construction, alteration, repair, and installation of electrical facilities and systems. Occasionally, projects may be more weighted in Architectural or other discipline areas that involve new construction, alteration, repair, and installation of non-electrical systems. If asbestos or 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 contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and will negotiate the effort required to perform the particular project. The contract term will be a base year and two one-year option years. The total fee for the contract term shall not exceed $5,000,000. The Government guarantees a minimum of $10,000. Estimated construction cost of project is between less than $25,000 and $10,000,000. Estimated date of contract award is April 2012. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed for in the design of electrical exterior primary distribution, substations, power generation, secondary distribution, waterfront electrical systems, telecommunications systems and facilities in tropical environment similar to Hawaii, Guam and Pacific Ocean areas; (2) Specialized recent experience and technical competence of firm or particular staff members in the design of electrical exterior primary distribution, substations, power generation, secondary distribution, waterfront electrical systems, telecommunications systems and facilities in tropical environment similar to Hawaii, Guam and Pacific Ocean areas; (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 applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach; (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; and (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. If your firm does not have any ACASS rating, please have clients complete and sign the attached Performance Evaluation Form and submit it with your SF330 package. 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 Regulations (FAR) will require the use of 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 by the response date and time. Refer to FAR 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 siting 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. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email addresses must be shown on the SF 330, Part I, Section B8. A E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. If sent via United Stated Postal Service (USPS), the submittal shall be mailed to the following address: Commander, Naval Facilities Engineering Command, Pacific, ATTN: Code ACQ31:WO (N62742-11-R-0009), 258 Makalapa Drive, STE 100, Pearl Harbor, HI 96860-3134. If sent via courier service or hand-delivered, the address is: 4262 Radford Drive, Building 62, Honolulu, HI 96818. Interested firms must allow sufficient time for receipt of submission by the date and time specified. A-E firms who are subconsultants utilized by the prime A-E must submit Part II of the Standard Form 330. An original and three (3) copies of your SF 330 are required, along with one electronic copy on a CD. Should there be discrepancies between the paper and the electronic submissions, the paper copy shall govern. Firms responding to this announcement by October 24, 2011, 2:00 p.m. HST will be considered. This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274211R0009/listing.html)
 
Record
SN02585969-W 20110923/110921235622-da0fa572149d2cb5987963ba87fde82e (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.