Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
DOCUMENT

C -- IDIQ AE Services for Civil Project Various Locations in all Areas Under the Cognizance of NAVFAC Pacific - Attachment

Notice Date
11/1/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274213R0001
 
Response Due
12/6/2012
 
Archive Date
12/18/2012
 
Point of Contact
Norine E. Horikawa 808-474-4550
 
E-Mail Address
N. Horikawa
(norine.horikawa@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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) type 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. The estimated cost of construction projects is between $10,000 and $100,000,000. Estimated date of contract award is June 2013. Proposals may be subject to an advisory audit performed by the Defense Contract Management Agency (DCMA). Services include, but are not limited to design and engineering services for civil projects with associated multi discipline architect engineering support services primarily for Military Construction (MILCON) projects in the NAVFAC Pacific area of responsibility. The services may include but are not limited to preliminary and final design plans and specifications primarily for MILCON projects; construction cost estimates (including Bill of Material Quantity estimates); Request for Proposal (Design Build and Design Bid Build) contract documents; preparation of technical reports including conducting engineering investigations and concept studies; project engineering documentation (including 1391 preparation/update); record drawings; and post construction award services (PCAS). Projects may include design of new construction/repair of facilities, site/waterfront/airfield facilities, water treatment/distribution systems, drainage and sewage/solid waste/hazardous waste collection/treatment systems in various NAVFAC Pacific locations in tropical environments similar to Hawaii, Guam, and Pacific Ocean areas. If asbestos or hazardous materials exist, the Architect Engineer (AE) 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 AE 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 criteria, in relative order of importance, will be used to evaluate the qualifications of the AE firms: Criterion (1). Professional qualifications and specialized recent experience and technical competence of firm and staff proposed for this contract. The evaluation will consider professional registration, education, relevant experience and longevity with the firm. Specialized recent experience and technical competence of firm or particular staff members in the preparation of plans and specifications for civil projects that may include Military Construction (MILCON) project documentation (DD Form 1391), Functional Analysis and Concept Development (FACD), and Request for Proposal (RFP) Design Build (DB) and Design Bid Build (DBB) solicitation documents for civil projects in tropical environments similar to Hawaii, Guam, and Pacific and Indian Ocean areas. NOTE: Specialized recent experience and technical competence of prime firm or prime firms particular staff members will be given more consideration than that of a subconsultants. SUBMISSION REQUIREMENTS: (1) SF330, Part 1, Section E. Key personnel shall be proposed for the following disciplines: civil, architectural, structural, electrical, mechanical, and cost engineering. Complete one Section E for each key personnel, providing all requested information. For Section E, Block 13, specify the role of the key personnel proposed for this project, e.g., Principal, Project Architect, Project Engineer, Architect, or Engineer, etc. Each Section E submission shall include a maximum of five (5) completed relevant projects along with description of correlated AE support services rendered, e.g., multi discipline architect engineering support services that may have included Military Construction project documentation (DD Form 1391), Functional Analysis and Concept Development (FACD), and Request for Proposal (RFP) Design Build (DB) and Design Bid Build (DBB) solicitation documents for civil projects in tropical environments similar to that found in Hawaii, Guam, and Pacific and Indian Ocean areas. If more than five (5) 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. (2) SF330, Part 1, Section F. For the proposed team, provide in Section F a maximum of five (5) completed relevant projects along with a detailed description of AE support services rendered Professional services of relevant projects submitted must have been completed within the past 5 years. If more than five (5) projects are submitted for evaluation, the Government will evaluate the first five (5) projects and disregard any other project information after the first five (5) projects. A project is defined as either a stand alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) type contract. Submission of information on an IDIQ type contract in general terms will not be considered. Criterion (2). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules for relevant projects. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. For each relevant project submitted in Section F, submit a DD2631,Performance Evaluation (Architect Engineer). If a DD2631 is not available, provide a Performance Survey (download from NECO website) and submit the Survey with the SF330). The Performance Survey shall be from the contracting agent and/or their representative responsible for the construction 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 subcontractor. Otherwise provide a Performance Evaluation for other relevant projects not indicated in Section F. The information provided in the SF330 may provide the major portion of the information used in the Governments evaluation for past performance. The Government however, is not restricted to the information provided by the SF330 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. If the AE received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the AE to provide an explanation of the rating and what the AE has done or will do to preclude less than satisfactory ratings on future contracts. Criterion (3). Capacity to accomplish the work in the required time. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Describe the proposed teams ability to complete several large and small task orders concurrently requiring quick turnaround. Indicate the firms current workload and the availability of the prime and subconsultants for the specified performance period. Criterion (4). Knowledge and demonstrated experience in applying sustainability (e.g., LEED) concepts and principles through an integrated design approach. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Provide specific examples of a maximum of five (5) projects completed that applied sustainability concepts and principles through an integrated design approach. Discuss key LEED personnel experience and qualifications. Criterion (5). 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 SB CONCERNS: Submittals that do not include responses addressing ALL elements of the requirements stated below (a. through g.) must include an explanation why that element is not addressed. a. Provide performance evaluation ratings (i.e., DD2631 or equivalent) obtained on the implementation of Small Business subcontracting plans for all of the AE firms contracts referenced under Selection Criterion 2, Past Performance. Recently completed project evaluations are desired, however, in the absence of recently completed project evaluations, interim ratings for projects that are 80 percent complete may be considered. If more than five (5) evaluation ratings are provided, only the first five (5) will be considered. In addition, the Government may consider past performance info on other projects as made available to the Government from other sources (such as Architect Engineer Contract Administration Support System (ACASS). b. Provide information on national and industry issued awards that firms received for outstanding support to Small Business concerns within the past five (5) years. Include purpose, issuer, and date of award(s). National and industry issued awards received beyond five (5) years will not be considered. c. Provide info on previous, existing, planned or pending mentor protege agreements (MPA) under any Federal Government or other program held within the last five years. Information should include, at a minimum, the members, objectives, period of performance, and major accomplishments during the MPA. d. Provide info on past use of Community Rehabilitation Program (CRP) organizations certified under the AbilityOne Program by NISH or the National Industry for the Blind (NIB). Information should include the contract type, type of work performed, period of performance, and number of employed severely handicapped persons. e. Provide Small Business subcontracting history. Large businesses with Federal contracting experience shall provide completed or most recently approved SF294s and Subcontracting Report for Individual Contracts and or Individual Subcontracting Reports (ISRs) on all contracts referenced under Selection Criterion 3, Past Performance. Reports for recently completed projects are desired, however, in the absence of recently completed project reports, interim reports may be considered if the project is at least 80 percent complete. If more than five (5) reports are provided, only the first five (5) will be considered. If goals were not met on submitted contracts, provide an explanation as to why. Newly established Large Businesses, or Large Businesses with no prior SF294/ISR history shall submit a subcontracting history on the attached Small Business Past Performance form (download from NECO, website) and submit the form with the SF330). f. Small Business firms shall provide a subcontracting history on the attached Small Business Past Performance form (download from NECO website) and submit the form with the SF330). g. If an AE firm is utilizing past performance info of affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the solicitation), the SF330 shall clearly demonstrate that the affiliates/subsidiaries/parent/LLC/LTD member companies will have meaningful participation of all members in the management of the subcontracting program/plan by identifying the personnel or resources from the member companies that will be dedicated to managing the plan, and an organization chart which demonstrates the reporting chain within the membership. Subfactor (B). PARTICIPATION OF SB 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, SDVOSB and Historically Black Colleges and Universities/Minority Institution. Small Business Subcontracting Targets that meet or exceed the NAVFAC SB 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 Secretary of the Navy has assigned the NAVFAC goals for Fiscal Year (FY) 2013 through FY 2017 in terms of percentages of total planned subcontracting dollars for utilization of SBs. The NAVFAC Subcontracting Targets in percentages for this project are as follows: FY13FY14FY15FY16FY17 SB66.5466.6766.8166.9467.07 HUBZone 8.76 8.85 8.94 9.03 9.12 SDB16.9317.1017.2717.4417.62 WOSB15.0015.1515.3015.4515.61 SDVOSB 3.00 3.03 3.06 3.09 3.12 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 HUBZoneSBs must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subconsultant is a certified HUBZone by accessing the Systems for Award Management (SAM) website. Criterion (6). AEs quality control program; SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Briefly describe how the prime ensures 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 teams QC processes for checking documents for errors, omissions and quality and incorporating and tracking review comments. Criterion (7). Location in the general geographical area of the project and knowledge of the locality of the project (e.g., Hawaii, Guam and other areas in the Pacific Ocean). SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Indicate location of office that will be performing the work including sub consultants offices. Describe and illustrate the teams knowledge of the geographical area (e.g., Hawaii, Guam and other areas in the Pacific Ocean). Address ability of the firm to ensure timely response to requests for on site support. Criterion (8). Volume of work previously awarded to the firm by the Department of Defense with the objective of effecting an equitable distribution of Department of Defense AE contracts among qualified AE firms and firms that have not had Department of Defense contracts. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. 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. AE firms are required to complete the Systems for Award Management (SAM) via website. 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 sitting 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 announcement requires all interested firms to have an email address. Notifications will be via email, therefore, your current email address must be shown on the SF 330, Part 1, Section B8. AE firms meeting the requirements described in this announcement are invited to submit a completed SF330, 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. Four paper copies and one electronic copy of your SF330 are required. Firms responding to this announcement by 06 December 2012, 2:00 p.m. Hawaii Standard Time (HST) will be considered. No electronic mail or facsimile submittals of the SF330s will be accepted. SF330s shall be submitted to Norine E. Horikawa, Contract Specialist, NAVFAC Pacific as follows: (1) If sent via U. S. Postal Mail: Naval Facilities Engineering Command, Pacific Construction Contracts Branch (ACQ31:NEH) 258 Makalapa Drive, Suite 100 Pearl Harbor, HI 96860 3134 (2) If hand delivered or delivered by 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/N6274213R0001/listing.html)
 
Document(s)
Attachment
 
File Name: N6274213R0001_13-0001_Performance_Survey.doc (https://www.neco.navy.mil/synopsis_file/N6274213R0001_13-0001_Performance_Survey.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274213R0001_13-0001_Performance_Survey.doc

 
File Name: N6274213R0001_13-0001_SB_Past_Performance.docx (https://www.neco.navy.mil/synopsis_file/N6274213R0001_13-0001_SB_Past_Performance.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6274213R0001_13-0001_SB_Past_Performance.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02922525-W 20121103/121101234105-88a714172c6f3f010a43c8c7af6eed19 (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.