Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR HOUSING PROJECTS AND OTHER LODGING TYPE PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC PACIFIC

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274216R0005
 
Response Due
9/8/2016
 
Archive Date
9/30/2016
 
Point of Contact
Michael Jones (808) 471-3694 Michael Jones, 808-471-3694
 
E-Mail Address
ki-Eli,
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFCATIONS, IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. Architect-Engineer (A-E) services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract including design and engineering services for housing and other lodging type projects at various locations under the cognizance of NAVFAC Pacific. Housing projects consist of new construction of one- or two-story multi-family development, consisting of 50 units or more, $10 million or more in construction value, completed within the past ten (10) years, and in tropical environments similar to Hawaii and Guam. Design and engineering services for housing and other lodging type projects consist of, but are not limited to, Military Construction (MILCON) DD Form 1391 or similar project documentation; Functional Analysis and Concept Development (FACD)/design charrettes; Design-Build (DB) Request for Proposal (RFP) solicitation documents; Design-Bid-Build (DBB) Final Design contract documents; technical surveys and reports including site engineering investigation, topographical survey, geotechnical investigation, hazardous material survey, Munitions of Explosive Concern (MEC) survey, and others; construction cost estimates; Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF and E); and Post Construction Award Services (PCAS). PCAS consist of technical consultation during construction, including, but not limited to, review of construction submittals, site visits, operations and maintenance support information, record drawings, and other miscellaneous services. Evaluation and selection of the most highly qualified firm will be based on the following selection criteria, listed in descending order of importance: Criterion 1. Firm s Specialized Experience: Firms recent specialized experience in the design of relevant projects. Relevant project is defined as the design of a new housing development consisting of approximately 50 or more multi-family units (one- or two-story), $10 million or more in construction value, completed within the past ten (10) years, and in tropical environments similar to Hawaii and Guam. Revitalization, renovation, addition, and repair projects will not be considered as relevant projects. Firm s specialized experience in the design of a new housing development consisting of approximately 100 multi-family units or more (one- or two-story) $10 million or more in construction value, completed within the past ten (10) years, and in tropical environments similar to Hawaii and Guam, will be considered more favorably. Submission Requirements: SF330, Part I, Section F. Submit a maximum of ten (10) relevant projects, which best demonstrate the firm s recent specialized experience in the design of new housing development projects. If more than ten (10) projects are submitted, the Government will evaluate the first ten (10) projects listed in Part I, Section F and disregard any other project information. Each project shall include (1) project title; (2) location; (3) year completed; (4) project owner; (5) point-of-contact name, e-mail address, and phone number; (6) contract number or project identification number; (7) contract performance period; (8) contract award amount; (9) estimated construction cost; and (10) description of project and relevance to this solicitation. A project is defined as either a stand-alone contract or a single task order in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. For IDIQs, the Government will not evaluate information provided for an IDIQ contract and will only evaluate individual task order information. The submission shall include a discussion of who executed the project as pertinent to demonstrating the firm s specialized experience. If a project was performed by a joint venture (JV), and all JV partners are not on the team proposed for this solicitation, the offeror should specifically address the work performed on the project submitted by the proposed JV partner(s). If the project description does not clearly delineate the work performed by the proposed JV partner(s), the project will be evaluated less favorably. Likewise, if the proposed JV partner(s) worked as a subcontractor on a project, the offeror should specifically address the work performed by the proposed JV partner(s) on the project submitted. If a project does not provide requested data, accessible point-of-contact, or valid phone number, that project may be evaluated less favorably. Note: If the A-E firm is a JV, info should be submitted for projects performed by the JV; however, if there are no relevant projects performed by the JV, submit projects performed by the individual partner entities of the JV. A-E subconsultants specialized experience on a Design-Bid-Build project will not be given the same level of consideration as the A-E prime contractor s or JV partner s. Specialized experience of an A-E subcontractor to a construction contractor, serving as the Designer-of-Record on a Design-Build project, will be given the same level of consideration as an A-E firm s for a DBB project. Prime contractor-subcontractor/JVs/LLCs/LTDs with a demonstrated history of working together on prior projects will be considered more favorably than those without such history. Criterion 2. Key Personnel s Professional Qualifications, and Specialized Experience and Technical Competence: (a)Professional Qualifications: Professional qualifications of key personnel proposed for two (2) design teams. Submission Requirements: SF330, Part I, Section H. Identify key personnel for two (2) design teams proposed for the design of new housing development projects. Key personnel for each team shall be limited to the following: Principal-in-Charge of the prime A-E firm, Project Architect or Project Manager, Civil Project Engineer, Structural Project Engineer, Mechanical Project Engineer, Electrical Project Engineer, Fire Protection Project Engineer, and Cost Estimator. SF330, Part I, Section E. Submit professional qualifications for these key personnel, including active U.S. professional registration (include State and discipline), number of years of experience, role in this contract, firm name and location, and education. The Project Architect or Project Manager proposed shall be a Registered Architect. For Cost Estimator, indicate years of experience, role in this contract, firm name and location, and education. Professional registration for Cost Estimator is not required. Professional qualifications of personnel of the design teams other than the key personnel (e.g., Architect, Structural Engineer, Civil Engineer, Mechanical Engineer, Electrical Engineer, Fire Protection Engineer, Environmental Engineer, Geotechnical Engineer, Topographic Surveyor, etc.) shall not be submitted, and if submitted, shall not be considered in the evaluation. (b)Specialized Experience and Technical Competence: Key personnel specialized experience and technical competence in the design of relevant projects. See Selection Criteria 1 for definition of a relevant project. Key personnel specialized experience in the design of a new housing development consisting of approximately 100 multi-family units or more (one- or two-story) $10 million or more in construction value, completed within the past ten (10) years, and in tropical environments similar to Hawaii and Guam, will be considered more favorably. Submission Requirements: SF330, Part I, Section E. Specialized experience and technical competence shall be limited to the two (2) Project Architects or Project Managers. Relevant project information for other key personnel is not required and if submitted, shall not be considered in the evaluation. For these other key personnel, complete Blocks 12 through 18; and leave Block 19, Relevant Projects, blank. Complete one Section E for each Project Architect or Project Manager, providing all requested information. Submit a maximum of five (5) projects for each Project Architect or Project Manager, demonstrating specialized experience in relevant housing development projects. A project is defined as either a stand-alone contract or a single task order in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. If more than five (5) projects for each Project Architect or Project Manager are submitted, the Government will evaluate the first five (5) projects listed in Part I, Section E and disregard any other project information. Each project shall include project title and location, year completed, brief description, point-of-contact name, e-mail address, phone number, contract number or project identification number, contract performance period, contract award amount, estimated construction cost, and the role and experience the Project Architect or Project Manager had in performing the project. Experience in a role other than Project Architect or Project Manager for project submitted will not qualify as specialized experience and technical competence. If project description does not clearly define the role performed by the proposed Project Architect or Project Manager or if a project does not provide the requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably or as not qualified. Criterion 3. Past Performance: Firms will be evaluated on past performance on relevant projects with respect to work quality, compliance with schedules, cost control, and cooperation and responsiveness. Submission Requirements: SF330, Part I, Section H. For each relevant project submitted for Criterion (1), Firm s Specialized Experience, submit a DD2631, Performance Evaluation (Architect-Engineer) or Contractor Performance Assessment Report (CPAR). If a DD2631 or CPAR 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. Past performance information not related to the projects described to meet Criterion (1) will not be considered. 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. Letters of commendation or awards are not required, and if submitted, shall not be considered in the evaluation. A-E subconsultants past performance on a Design-Bid-Build project will not be given the same level of consideration as the A-E prime contractor s or JV partner s. Past performance of an A-E subcontractor or subconsultant, serving as the prime A-E or Designer-of-Record on a Design-Build project, will be given the same level of consideration as an A-E firm s for a DBB project. However, past performance of an A-E subcontractor or subconsultant, serving as the prime A-E or Designer-of-Record on a DB project, shall be demonstrated by the submission of a Performance Survey, as described above, and not by the prime contractor s Contractor Performance Assessment Reporting System (CPARS) or Construction Contractor Appraisal Support System (CCASS) rating. Criterion 4. Capacity to perform the work in the required time and ability to accomplish multiple projects concurrently. Firms will be evaluated on the firm s capacity to accomplish the work in the required time and ability to accomplish multiple projects concurrently. Submission Requirements: SF330, Part I, Section H. Address staffing and capacity to accomplish the work under this IDIQ contract. Address how the firms organizational construct is most efficient and effective in the execution of work. Assume two (2) separate design teams will execute two (2) large projects concurrently. Identify team composition (prime A-E firm, subcontractor/subconsultant of major design disciplines, and other required design firms) and personnel (key personnel and other personnel of major design disciplines only). For all key personnel identified in Selection Criterion 2, explain their roles and responsibilities in the proposed organization. If the same key personnel are proposed for more than one (1) design team, provide explanation substantiating such designation and ability to accomplish multiple projects concurrently. Describe the proposed team s ability to complete several large task orders concurrently requiring quick turnaround. Indicate the firm s current workload and the availability of the prime and subconsultants for the specified performance period. Criterion 5. Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System or equivalent Third Party Certification agency. Submission Requirements: SF330, Part I, Section H. Provide a maximum of three (3) projects that have attained or been submitted for LEED certification or equivalent. For projects not yet certified, identify the date the project was submitted. For all projects, identify the teams major contribution(s) (design elements, features, equipment, etc.) in attainment of the certification. If more than three projects are submitted for evaluation, the Government will evaluate the first three projects and disregard any other project information after the first three projects. LEED certified projects will be considered more favorably than projects not yet certified. Criterion 6. Design Quality Control Program (DQCP): Firms will be evaluated on the acceptability of their internal design quality control program used to ensure technical accuracy of drawings, specifications, cost estimates and other required technical data. Submission Requirements: SF330, Part I, Section H. Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. Describe the design quality control organization structure; and list the responsible personnel. Describe the methodology that will be used to eliminate errors, omissions, interferences, and inconsistencies between all design disciplines and consultants, inconsistencies between drawing, specifications, and cost estimates; and for the incorporation of the latest criteria, lessons learned and review comments. Briefly describe how the prime A-E will ensure quality consistently across the entire team and how quality of subcontractors work is assured. Address the team s QC processes for checking documents for errors, omissions and quality, and incorporating and tracking review comments. Criterion 7. Small Business Utilization. Firms will be evaluated on the extent to which their submissions demonstrate the identification and utilization of Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZone), Veteran Owned Small Business (VOSB), 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 two sub-criteria: Sub-criteria A - Past performance in utilization of small business concerns. Firms will be evaluated on the extent to which small businesses were utilized, and that assigned small business goals were achieved on previous contracts and/or on the extent that small businesses were utilized on projects in which no goals were assigned. Firms shall provide historical data on utilization of SB, SDB, WOSB, HUBZone, VOSB, SDVOSB, and HBCU/MI. Large Business offerors shall submit three (3) final or most recent Individual Subcontracting Reports (ISRs) for similar contracts of relative size. If ISRs are not final or most recent, they will not be considered. If subcontracting goals on the submitted ISRs were not met, provide an explanation for each missed goal. If ISRs were not applicable to the similar contracts noted, submit other documentation which demonstrates utilization of the various small business category firms for the contracts. If small businesses were not utilized, provide a detailed explanation. A sample template for subcontracting history for newly established large businesses or large businesses with no prior ISR history is provided as Attachment 1. Small business offerors shall submit documentation which shows utilization of the various small business category firms for similar contracts of relative size. Note that small business offerors can and should include self-performed work for this sub-criteria. Small business offerors are also encouraged to utilize the sample template included as Attachment 1 to provide the required small business past performance information. Sub-criteria B - Utilization and participation of small business concerns for this contract. All offerors shall provide information regarding the participation of small business concerns in this contract. Identify in terms of dollar value and percentage of total proposed price, the extent of work to be performed as the prime contractor and the planned usage of SB, SDB, WOSB, HUBZone, VOSB, SDVOSB and HBCU/MI. Identify each subconsultant by name, discipline and size status. Utilize $10,000,000 as the total proposed price. The following FY 2016 NAVFAC goals are provided in terms of total planned subcontracting value for utilization of small businesses. SB: 65% SDB: 15% HUBZone: 6% WOSB: 15 SDVOSB: 5% Demonstrate how you plan to meet or exceed these goals. Large and Small Businesses that are slated shall: i) Large Business offerors will be required to submit a Small Business Subcontracting Plan including goals proposed for each small business category and all other program requirements per FAR 52.219-9 prior to the interview. The Small Business Subcontracting Plan template, Attachment 2, shall be used to complete the subcontracting plan submission. Firms shall submit their Small Business Subcontracting Plan utilizing this template, and only this template. ii) Small Business offerors shall submit a Small Business Participation Plan, using the template at Attachment 3. Small businesses can and should include planned self-performed work in Attachment 3. Small business offerors are not to submit a Small Business Subcontracting Plan, but shall utilize the template included as Attachment 3 to submit the required subcontracting participation information. Criterion 8. Firms location in the general geographical area of the project and knowledge of the locality of the project: Submission Requirements: SF330, Part I, Section H. Indicate location of office that will be performing the work including sub-consultants offices. Describe and illustrate the team s knowledge of the geographical area; i.e., Hawaii and Guam. Address ability of the firm to ensure timely response to requests for on-site support. Criterion 9. 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 and E contracts among qualified A and E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Submission Requirements: SF330, Part I, 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. This procurement is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) Code is 541310. The Small Business size standard is $7.5 million average annual receipts over the past 3 years. 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 $30,000,000 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 acceptable 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 and will be satisfied by the award of the initial Task Order. 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 January 2017. This proposed contract is being solicited on an unrestricted basis. All contractors are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at http://sam.gov. Completion of electronic annual representations and certifications are also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications. JVs (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. The selected A-E firm may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within twenty days of the meeting. The contract will require that the selected A-E firm have e-mail and Internet on-line access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300 Organizational Conflicts of Interest. The selected firm, its subsidiaries or affiliates may be tasked to assist in the preparation of a statement of work, a plan, or a specification for a construction project. This includes concept design, 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 subconsultants for this contract will be required to perform throughout the contract term. Interested firms must allow sufficient time for receipt of submission. Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. All questions should be submitted in writing and forwarded via e-mail to Mr. Michael Jones, michael.o.jones@navy.mil. Questions submitted within 15 days of the closing date may not be answered by the Government. All potential offerors are advised to check daily the Navy Electronic Commerce Online (NECO) website, https://www.neco.navy.mil or Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this pre-solicitation notice. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications to the office shown below. SF330, Part II, shall be submitted for each firm identified in Part I, Section C. The printed format shall be in an 8-1/2 x 11 paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and one-sided. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Submit an original and three (3) paper copies and one (1) electronic copy on a CD of the SF330 are required. Responses are due no later than 2:00 p.m. Hawaii Standard Time (HST) on 8 September 2016. THIS IS NOT A REQUEST FOR PROPOSALS. The delivery addresses for SF 330s are as follows: (1) For SF 330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch Code ACQ31:MJ (N62742-16-R-0005) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) For SF 330s being sent via courier service or hand-delivered: Naval Facilities Engineering Command Pacific A-E/Construction Contracts Branch Code ACQ31:MJ (N62742-16-R-0005) 4256 Radford Drive, Building 62 Honolulu, HI 96818-3296
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274216R0005/listing.html)
 
Record
SN04195614-W 20160728/160726234349-a10c56f81582dd8009e7798c8637dd1e (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.