Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
DOCUMENT

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC PACIFIC - Attachment

Notice Date
4/2/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274212R0004
 
Response Due
5/2/2012
 
Archive Date
5/17/2012
 
Point of Contact
A. Saki-Eli 808-474-5356
 
E-Mail Address
A. SAKI-ELI
(ann.sakieli@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Services include, but are not limited to, design and engineering services for projects that involve significant structural engineering involvement, such as piers, wharves, bridges, and long span structures such as warehouses and hangars, as well as structural engineering investigations of existing buildings and structures, in areas under the cognizance of NAVFAC Pacific. Architect-engineering (A-E) support services include, but are not limited to: Military Construction (MILCON) project documentation (DD Form 1391); Functional Analysis and Concept Development (FACD); Request for Proposal (RFP) Design-Build (DB) and Design-Bid-Build (DBB) solicitation documents; Collateral Equipment (CEQ) Buy Packages; technical reports including engineering investigations and concept studies; interdisciplinary coordination reviews; construction consultation and geotechnical investigations. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide recommendations 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 following selection evaluation criteria, in relative order of importance, will be used in the evaluation of A E firms: Criterion (1). Professional qualifications of firm and staff proposed for projects that involved significant structural design and engineering, such as piers, wharves, bridges, and long span structures such as warehouses and hangars, as well as structural engineering investigations of existing buildings and structures, in tropical environments similar to Hawaii, Guam, Diego Garcia and Pacific Ocean areas. SUBMISSION REQUIREMENTS: (1) SF330, Part 1, Section E. Key personnel shall be proposed for the following disciplines: structural, civil, architectural, electrical, mechanical, fire protection, blast, and cost engineering. Complete one Section E for each key personnel, providing all requested information. For Section E, Block 13, specify the proposed role of the key personnel in this Contract; i.e., Principal, Project Architect, Project Engineer, Architect, or Engineer, etc. Do not use other company titles such as Type I Engineer where the discipline and role are unidentifiable. (2) SF330, Part 1, Section H. Provide a list indicating by discipline (i.e., structural, civil, architectural, electrical, mechanical, fire protection, blast, and cost engineering) the number of licensed professionals proposed. (3) DO NOT include additional information regarding criterion (1) in Section H other than that requested in paragraph (2) above. Additional information that is not requested to be addressed in Section H regarding criterion (1) will not be evaluated. Criterion (2). Specialized recent experience and technical competence of firm and staff proposed for projects that involved significant structural design and engineering, such as piers, wharves, bridges, and long span structures such as warehouses and hangars, as well as structural engineering investigations of existing buildings and structures, in tropical environments similar to Hawaii, Guam, Diego Garcia and Pacific Ocean areas, which also involved preparation of Military Construction (MILCON) project documentation (DD Form 1391); Functional Analysis and Concept Development (FACD); Request for Proposal (RFP) Design-Build (DB) and Design-Bid-Build (DBB) solicitation documents; Collateral Equipment (CEQ) Buy Packages; technical reports including engineering investigations and concept studies; interdisciplinary coordination reviews; and/or construction consultation and geotechnical investigations. SUBMISSION REQUIREMENTS: (1) SF330, Part 1, Section F. For the proposed team, provide in Section F a maximum of ten (10) completed relevant projects along with description of correlated A-E support services rendered (MILCON project documentation/DD Form 1391, FACD, RFP DB and DBB solicitation documents, and CEQ Buy Packages). Professional services of relevant projects submitted must have been completed within the past 5 years. If more than 10 projects are submitted for evaluation, the Government will evaluate the first ten projects and disregard any other project information after the first ten projects. Relevant projects shall have involved significant structural engineering involvement, such as piers, wharves, bridges, and long span structures such as warehouses and hangars, as well as structural engineering investigations of existing buildings and structures, in tropical environments similar to Hawaii, Guam, Diego Garcia and Pacific Ocean areas. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Section F, Block 25, item (3) ROLE, shall clearly identify the prime contractor (e.g., ROLE, Structural prime A-E). (2) SF330, Part 1, Section E. Each Section E shall include a maximum of five (5) completed relevant projects along with description of correlated A-E support services rendered (MILCON project documentation/DD Form 1391, FACD, RFP DB and DBB solicitation documents, and CEQ Buy Packages). Relevant projects shall have involved significant structural engineering involvement, such as piers, wharves, bridges, and long span structures such as warehouses and hangars, as well as structural engineering investigations of existing buildings and structures, in tropical environments similar to Hawaii, Guam, Diego Garcia and Pacific Ocean areas. If more than five projects are submitted for evaluation, the Government will evaluate the first five projects and disregard any other project information after the first five projects. Professional services of projects submitted must have been completed within the past 5 years. (3) DO NOT include additional information regarding criterion (2) in Section H. Additional information that is provided in Section H regarding criterion (2) will not be evaluated. Criterion (3). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. For each relevant project submitted for Criterion (2), Specialized Recent Experience and Technical Competence, submit a DD2631, Performance Evaluation (Architect-Engineer). If a DD2631 is not available, provide a Performance Survey (download from NECO, https://www.neco.navy.mil) and submit the Survey with the SF330. The Performance Survey shall be from the contracting agent and/or their representative responsible for the contract administration, or from the facility owner/user. It shall not be from the prime contractor on a design-build project nor shall it be from a prime contractor to a sub-contractor. The information provided in the SF330 may provide the major portion of the information used in the Government s evaluation for past performance. The Government however, is not restricted to the information provided by the Offeror and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS), Architect-Engineer Contract Administration Support System (ACASS) and inquiries with previous customers/owners. PPIRS/ACASS will be evaluated for the firm that will perform the work and search will be based upon the DUNS number provided for the firm. If the A-E received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the A-E to provide an explanation of the rating and what the A-E has done or will do to preclude less than satisfactory ratings on future contracts. Criterion (4). Capacity to accomplish the work in the required time. SUBMISSION REQUIREMENT: SF330, Part 1, Section H (this criterion shall be addressed by prime only in lieu of by individual subconsultants). Describe the proposed team s ability to complete several large and small task orders concurrently requiring quick turnaround. Criterion (5). Knowledge and demonstrated experience in applying sustainability concepts and principles through an integrated design approach. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Provide specific examples on a maximum of five (5) completed projects that applied sustainability concepts and principles through an integrated design approach. Discuss design team (including consultants) experience and concepts employed and key LEED personnel experience and qualifications assigned to this contract. Criterion (6). A-E s quality control program experience. SUBMISSION REQUIREMENT: SF330, Part 1, Section H (this criterion shall be addressed by prime only in lieu of by individual subconsultants). Briefly describe how the prime will ensure quality consistently across the entire team and how quality of subcontractors work is assured. Briefly describe internal quality assurance procedures and indicate effectiveness. Address the team s QC processes for checking documents for errors, omissions and quality and incorporating and tracking review comments. Criterion (7). Location in the general geographical area and knowledge of the locality (e.g., Hawaii, Guam, Diego Garcia, and other areas in the Pacific Ocean. SUBMISSION REQUIREMENT: SF330, Part 1, Section H (this criterion shall apply to the prime only). Indicate location of office that will be performing the work. Describe the firm s knowledge of the geographical area (e.g., Hawaii, Guam, Diego Garcia and other areas in the Pacific Ocean). Address ability of the firm to ensure timely response to requests for on site support. Criterion (8). Small Business Utilization. The Government will evaluate two subfactors: (A) Past performance in Utilization of Small Business Concerns and (B) Participation of Small Business Concerns in this Project. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H: Subfactor (A). PAST PERFORMANCE IN UTILIIZATION OF SMALL BUSINESS CONCERNS: a.Provide documentation on historical data over the past 3 years showing dollar value, percentage of work (of total contract revenues) subcontracted to LB, SB, SDB, WOSB, HUBZone SB, VOSB, and SDVOSB utilizing the format provided. Download the form from NECO (https://www.neco.navy.mil. b.Provide information on national and industry-issued awards received for outstanding support to SB concerns within the past five (5) years. Include dates that the award was received. National and industry-issued awards received beyond (5) years will not be considered. c.Provide information showing Small Business Subcontracting Plan compliance performance evaluation ratings (i.e., DD2631 or equivalent) received on five (5) most recent projects. Recently completed project evaluations are desired, however, in the absence of recently completed project evaluations, interim ratings may be considered. If more than five (5) ratings are provided, only the first five will be considered. d.Provide information on previous, existing, planned or pending mentor-protégé agreements under any Federal Government program. e.Provide information on use of Community Rehabilitation Program organizations certified under the AbilityOne Program by NISH or the National Industry for the Blind (NIB). f.Provide Final SF294 Reports/Individual Subcontracting Reports (ISRs), for five (5) of the most recently completed projects that required periodic reports. If more than five (5) Final SF294s/ISRs are provided, only the first five will be considered. Other than Final SF294s/ISRs will not be considered. If you provide less than five (5) Final SF294s/ISRs, provide an explanation. If subcontracting goals were not met, provide an explanation. If SF294 Reports/ISRs are not available, similar reports providing this information, that can be externally validated, may be submitted. Subfactor (B), PARTICIPATION OF SMALL BUSINESS CONCERNS IN THIS PROJECT a. Identify, in terms of dollar value and percentage of total proposed price, the extent of work you will perform as the prime contractor. If submitting an offer as a Joint-Venture (JV), please identify the percentage of work each member will be responsible for and indicate the size status of each member, e.g., LB, SB, SDB, WOSB, HUBZone SB, etc. b.Address planned usage of small business concerns, including SDB, HUBZone, WOSB, VOSB, SDVOSB and HBCU/MI. Small Business Subcontracting Targets that meet or exceed the NAVFAC Small Business Subcontracting Targets, and a commitment to using SBs, including AbilityOne CRP organizations and mentor-protégé agreements for this project. Proposed goals exceeding the NAVFAC Subcontracting Targets may be rated higher. The proposed goals and NAVFAC Subcontracting Targets are expressed as a percentage of total subcontracted values. The NAVFAC Subcontracting Targets for this project are as follows: SB Concerns66.41% SDB Concerns16.76% WOSB Concerns14.85% HUBZone SB Concerns8.63% SDVOSB Concerns2.88% Expressed in total subcontracted value. NOTE: (1) Slated Large Business firms will be required to submit a subcontracting plan prior to the interview. (2) In order to receive proposal evaluation benefit as HUBZone SB either as prime or subconsultant, proposed HUBZoneSB s must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subconsultant is a certified HUBZone by accessing the Central Contractor Registration (CCR) at http://www.ccr.gov. Criterion (9). Volume of work previously awarded to the firm by the Department of Defense shall also be considered. SUBMISSION REQUIREMENT: SF330, Part 1, Section H (this criterion shall apply to the prime only). Provide a list of DoD contracts awarded in the last 12 months. Include dollar amount for each contract/task order awarded. Firms with multiple offices shall indicate which office was awarded the contract/task order. This announcement is UNRESTRICTED and open to large and small business concerns. The North American Industry Classification System (NAICS) Code is 541330. The small business size standard is $14.0 million average annual receipts over the past three years. If a large business is selected for this contract, a subcontracting plan will be required (FAR 52.219-9). The resultant contract will be an Indefinite Delivery Indefinite quantity (IDIQ) contract. Work under this IDIQ contract will be issued by firm-fixed price task orders. The contract term will be a base year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $10,000,000. The Government guarantees a minimum of $10,000 for the contract term. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Estimated date of contract award is September 2012. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. 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 and 52.204-8 Annual Representations and Certifications. Offerors must complete the ORCA by the synopsis response date. 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. A E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. SF330, Part II, shall be submitted for each firm that will be part of the team proposed and identified in Part I. An original and two paper copies and one electronic copy of the SF330 are required. Firms responding to this announcement by 2 May 2012, 2:00 p.m. Hawaii Standard Time (HST) will be considered. No electronic mail or facsimile submittals of the SF330 will be accepted. SF330s shall be submitted to Ann Saki-Eli, Contract Specialist, NAVFAC Pacific at: (1) If sent via U. S. Postal Mail: Naval Facilities Engineering Command, Pacific Construction Contracts Branch (ACQ31:AHS) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) If hand-carried/Private Courier: Naval Facilities Engineering Command, Pacific Construction Contracts Branch (ACQ31) 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296 Interested firms must allow sufficient time for receipt of submission. This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274212R0004/listing.html)
 
Document(s)
Attachment
 
File Name: N6274212R0004_PERFORMANCE_SURVEY.pdf (https://www.neco.navy.mil/synopsis_file/N6274212R0004_PERFORMANCE_SURVEY.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274212R0004_PERFORMANCE_SURVEY.pdf

 
File Name: N6274212R0004_SBHistoricalData.pdf (https://www.neco.navy.mil/synopsis_file/N6274212R0004_SBHistoricalData.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274212R0004_SBHistoricalData.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02711059-W 20120404/120402234338-78283890b23163e3f54c3b1c3474a4fa (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.