Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
SOLICITATION NOTICE

C -- Indefinite Delivery Indefinite Quantity Architect-Engineer Services for the Preparation of Planning Documents and Related Technical Services for Projects and Activities at Various Locations Worldwide

Notice Date
2/21/2012
 
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
N6274212R0200
 
Response Due
3/27/2012
 
Archive Date
6/27/2012
 
Point of Contact
Donna Matsuura 808-471-2235
 
Small Business Set-Aside
Total Small Business
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. This solicitation is a 100% set-aside for small businesses; therefore, replies to this notice are requested from only small business concerns. The small business size standard classification is NAICS 541330 ($4.5M in annual receipts). Architect-Engineer (A-E) Services are required for an Indefinite Quantity Contract to provide planning support for the preparation of various U.S. Navy and Marine Corps installation-specific (one Host Installation Command or tenant within that Installation) or facility specific (single facility or multiple facilities of the same functional type/use) planning studies or programming documents under the cognizance of the Naval Facilities Engineering Command Pacific and may also include projects at various Military Commands and Agencies (such as, U.S. Air Force, U.S. Army, U.S. Coast Guard, and other U.S. Agencies) worldwide. Services required under this contract include, but are not limited to, the preparation of facilities and land use planning documents/studies, project programming documents, environmental impact documents, cultural resources management plans, natural resources management plans, environmental studies and documents and such technical services related to such documents and software. Other services may include the facilitation of planning charrettes, preliminary site assessment studies, feasibility assessments, and the preparation of flora/fauna guides/plans, soils conservation studies, historic preservation/cultural resources studies, repatriation studies/plans, and assorted environmental planning guides/brochures. Planning documents, as referred to herein, include but are not limited to any document relating to Master Plans, Capital Improvement Plans, Regional Shore Infrastructure Planning (RSIP) Overview and Functional Studies, Regional Integration Plan (RIP), Special Planning Studies, Air Installations Compatible Use Zone (AICUZ) Studies, Land Use Studies, Base Realignment and Closure (BRAC) Studies, AT/FP Studies, Military Training Studies, Facility Space Studies (e.g., Administrative Office), Military Construction and Special Projects write-ups (normally on Department of Defense Standard Form 1391) with supporting documents (such as, Cost Estimate (first-cost & life-cycle-cost), Budget Estimate Summary Sheet (BESS), Team 1391 Checklist, NAVFAC 1391 Checklist, Site Plans, Location Map, Utilities Site Plan, Floor Plans, NEPA documentation, etc.), Asset Evaluations (AEs), Facilities Requirements Plan (FRP), Basic Facility Requirement (BFR) justifications, Facility Planning Documents (FPDs), Economic Analyses (EA), System Safety documents, Site Approval requests, Environmental Studies, Civil Engineering Support Plan, Land Inventory Analyses, visual presentations, graphics, and/or any component or portion (not necessarily the entirety) of such documents. All work shall be performed in accordance with applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to the Unified Facilities Criteria (UFC), Chief of Naval Operations Instructions (OPNAVINST), and Naval Facilities Engineering Command Instructions (NAVFACINST). Additionally, the A-E shall be familiar with Mission Dependency Index (MDI), Installation Condition Assessment Program/Facilities Condition Assessment Program (ICAP/FCAP), and Defense Readiness Reporting System (DRRS). Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate their and each key sub-consultant's qualifications with respect to the published selection criteria for all services. Selection criteria 1 through 7 are listed below in descending order of importance. 1. Specialized Experience: Firm ™s and subconsultants ™ demonstrated recent experience with regard to the preparation of facilities and land use planning documents/studies, project programming documents, environmental impact documents, cultural resources management plans, natural resources management plans, environmental studies and documents. List a maximum of ten (10) relevant projects completed in the past ten (10) years. Military installation experience is not required for award; however, Military Installation experience will be weighted more heavily than non-Military installation experience with U.S. Navy and Marine Corps experience being considered the most favorable. Specialized experience of the prime firm will also be given more consideration than that of the subconsultants. 2. Professional Qualifications and Technical Competence of the Individual Team Members with regards to the preparation of facilities and land use planning documents/studies, project programming documents, environmental impact documents, cultural resources management plans, natural resources management plans, environmental studies and documents. Limit submission to not more than ten (10) key personnel and provide up to a maximum of five (5) relevant projects for each key person. Professional qualifications in regards to Military installation projects will be weighted more heavily than non-Military installation experience with U.S. Navy and Marine Corps projects being considered the most favorable. Key personnel of the prime firm will also be given more consideration than that of the subconsultants. 3. Past Performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, and cost control (with emphasis on projects addressed in Evaluation Factor (1)). Firms should include any letters of commendation or awards. Firms will also be evaluated on performance evaluations obtained from the Architect-Engineer Contract Administration Support System (ACASS). 4. Ability to perform the work to schedules and capacity to accomplish the work in the required time. 5. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy in plans, studies and reports. List responsible key personnel. 6. Firm's location in the general geographical area of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. 7. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by the Department of Defense (DOD) within the past 12 months with the objective of effecting an equitable distribution of DOD A&E contracts among qualified A&E firms. The planned contract type is an Indefinite Delivery-Indefinite Quantity (IDIQ) type contract where work will be ordered via task orders on an as-needed basis during the life of the contract provided the Government and the contractor agree on the amount. Each task order will be a firm fixed price A-E contract. The duration of the contract will be for one (1) year from the date of initial contract award with four (4) additional one-year option periods. The total amount that may be paid under this contract (including option years) will not exceed $10,000,000 for the entire contract term. 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 synopsis in the event the options are exercised. The minimum guarantee for the entire contract term (including option years) is $10,000. 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 this contract will be made. Estimated award timeframe is September 2012. 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 at http://www.ccr.gov. The following certifications and registrations are also mandatory prior to award of a contract: Online Representations and Certifications Application (ORCA) @ https://orca.bpn.gov/; and Wide Area Workflow (WAWF) @ https://wawf.eb.mil/. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. The SF 330 should be typed and one-sided. 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. Include a summary of qualifications in narrative discussion addressing each of the above selection criteria in Section H, Block 30 of the SF 330. Also include your DUNS, CAGE, and TIN numbers in Section H, Block 30 of the SF 330. Responses are due no later than 2:00 p.m. Hawaii Standard Time (HST) on March 27, 2012. Send responses to the following address: Commander, Code NAVFAC PAC, AE Contracts Branch ACQ34 (Solicitation No. N62742-12-R-0200, Attn: Mailroom (MS2), NAVFAC PACIFIC, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. This address is for all deliveries, including US Mail, courier service and/or personal delivery services. Late responses will be handled in accordance with FAR 52.215-1. The delivery address is inside a military installation; therefore, strict security measures are in force and delays should be anticipated. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are required to submit two (2) copies of their SF 330 and one (1) CD electronic copy. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. Firms responding to this notice by the date and time stated above will be considered. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274212R0200/listing.html)
 
Record
SN02679280-W 20120223/120221234439-9d3b39d3084b894524876c8d9f74b185 (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.