Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER DESIGN AND RELATED SERVICES AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC SOUTHEAST

Notice Date
12/21/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N69450 NAVFAC Southeast, Southeast Bldg. 903 Building 903 P. O. Box 30 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945017R0117
 
Response Due
1/31/2018
 
Archive Date
5/31/2018
 
Point of Contact
Donna Yon 904.542.6379 Stephen Sparks
 
E-Mail Address
2.6935<br
 
Small Business Set-Aside
Total Small Business
 
Description
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 PROPOSALS (RFP) PACKAGE TO DOWNLOAD. ALL RFIs MUST BE SUBMITTED IN WRITING IN ORDER TO BE ANSWERED. RFIs WILL BE ANSWERED VIA NECO AND FEDBIZOPS. NO PHONE CALLS WILL BE RESPONDED TO DURING OPEN PROCUREMENTS. RFIs MUST BE SUBMITTED BY 10 JANUARY 2018 AT 3PM ET TO DONNA.YON1@NAVY.MIL. This procurement will result in up to three (3) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for multi-discipline Architect-Engineer (AE) services for: Professional engineering Services for preparation of Design-Bid-Build documents and Design-Build Request for Proposals for various project types at DoD and Non-DoD activities in the Naval Facilities Engineering Command Southeast Area of Responsibility. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers as implemented by FAR Subpart 36.6. The IDIQ contract will be for a period of five (5) years. The total fee for each contract shall not exceed $30M (Thirty Million Dollars). The guaranteed minimum for the contract term is $20K (Twenty Thousand Dollars) for each contract. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is expected to be September 2018. This proposed contract is being solicited as a SMALL BUSINESS SET-ASIDE. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Architectural-Engineering Services, size standard: $15M. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. The type of Architectural-Engineering services expected to be performed under this contract may include, but are not limited to, the preparation of Design-Bid-Build documents (100% plans and specifications) and Design-Build Requests for Proposals (RFPs). The A/E may be required to assist in evaluating Design-Build proposals and reviewing Design-Build contractor ™s design and construction submittals to ensure they meet the performance requirements of the RFP. Services may also include field investigation and facility damage assessments after hurricanes or other storm events. Specific duties include architectural programming, geotechnical investigation, surveying, cost estimating and DD 1391 preparation, and other preliminary project documentation. The projects associated with this contract shall involve any combination of the architectural, civil, structural, mechanical, fire protection, environmental and electrical engineering disciplines. If needed, studies and collateral equipment lists shall also be included. All new projects in this contract will include either initiatives to seek certification under the US Green Building Council ™s Leadership in Environmental Engineering and Design (LEED ) with a goal of achieving LEED Silver certification or Green Building Initiative (GBI) śGuiding Principles Compliance ť (DoD versions only). NOTE: NAVFAC now requires all new general building construction projects to follow the UFC 1-200-02 śHigh Performance and Sustainable Building Requirements ť (HPSB), Revision 01, 01 December 2016. All work shall be done in English units, as directed by the Government. Selected firms will not be able to propose on Design-Build task orders for which the firm or any of the firms ™ subcontractors have assisted the Government in the preparation of the Design-Build technical statement of work or plans and specifications. All contractors are advised that registration in 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 Web site: https://www.sam.gov. All subcontractors or teaming partners shall also be registered in SAM by location of the office provided in the SF330. In accordance with the FAR 36.601-4(b) the AE firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Provide proof that the firm is permitted by law to practice the professions of architecture or engineering, (e.g., state registration number, or a brief explanation of the firm ™s licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof could result in a firm ™s elimination from consideration. FIRMS WHO ARE OFFERING AS A JOINT VENTURE OR MENTOR PROTÉGÉ SHOULD INCLUDE WITH THEIR SUBMISSION A COPY OF THE AGREEMENT. FAILURE TO INCLUDE THE JOINT VENTURE OR MENTOR PROTÉGÉ AGREEMENT WILL RESULT IN THE FIRM ™S ELIMINATION FROM FURTHER EVALUATION. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION: Firms formally organized as Joint Ventures that have associated specifically for performance of this contract, consortia of firms, or any other interested parties may submit proposals, however must meet requirements as stated in FAR 52.219-18 and must be approved by the Small Business Administration prior to award. Team Arrangements are considered an arrangement in which (1) two or more companies form a partnership or joint venture to act as a potential prime firm; or (2) a potential prime firm agrees with one or more other companies to have them act as its subcontractors under a specified Government contract or acquisition program. In accordance with FAR Subpart 9.6, the Government will recognize the integrity and validity of firm team arrangements; provided, the arrangements are identified and company relationships are fully disclosed in the offer. The firm shall identify the major or critical aspects of the requirement to be performed by those identified in the Firm Team Arrangement. The submission must contain a narrative that clearly explains the relevance to a particular factor of information concerning a company that is part of a Firm Team Arrangement. The Government will consider the adequacy of this explanation in deciding the relevance of the information to this procurement. Notwithstanding the specific requirements of any other area of this synopsis, information submitted about any company other than the firm, whether a predecessor company, affiliated company, subsidiary (including wholly owned subsidiaries) that will not perform major or critical aspects of this requirement, or other associated business, WILL NOT be evaluated for any factor unless the proposal contains a detailed narrative explaining why this submitted information is relevant to this acquisition. The Government will consider the adequacy of this explanation in deciding the relevance and weight, if any, of the information to this procurement. 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 prime firm for this contract will be required to perform throughout the contract term. Slate, Interview and Selection Procedures The firm shall demonstrate its capability to perform planning work as required under this contract using the Standard Form 330 (SF330). The firm is required to complete ALL sections of Part I and Part II of the SF330. The Government will evaluate the completed SF330. This section describes the tasks required for completion of a fair, comprehensive, and impartial slate-selection process. 1.Evaluations. The evaluation for this project will be conducted using a Slate/Selection (one board) procedure and will be held in Jacksonville, FL. The Slate-Selection Board Chairman (SSBC) will make arrangements for the evaluation upon completion of the screening of the SF330 by Acquisition Division. Each SF330 submitted will be evaluated individually and independently. 2.Familiarization. All members of the architect-engineer evaluation board will be composed of members who, collectively, have experience in different areas of architecture and engineering and Government and related acquisitions matters. Other non-voting members may be included to provide advice on specific matters. Members will be appointed from among highly qualified professional employees from NAVFAC SE. The members are required to be familiar with the contents of the synopsis before evaluation begins. The Chairman will bring the evaluation team members and advisory staff together prior to the evaluation of proposals to discuss the synopsis, the rating methodology, and each member ™s responsibilities. 3.Communication. All members of the evaluation organization are to communicate via e-mail and/or verbally whenever possible and prudent to the Government. All e-mail communication among the evaluation organization is to be protected as sensitive to source selection. 4.Receipt and Preparation of SF330. The Contract Specialist will screen all SF330s to ensure that each is properly completed, executed and submitted in accordance with the synopsis requirements. After this initial screening, the Contract Specialist will forward the SF330s to the SSBC for evaluation. 5.Slate Evaluation. Each member of the evaluation organization will independently evaluate each SF330 submitted to identify compliance with the synopsis, strengths and weaknesses, potential clarifications and possible deficiencies. The evaluation will be documented on Slating Rationale worksheets and conducted in accordance with the guidelines established in this synopsis. 6.Narrative assessments. The evaluators ™ narrative assessment of each SF330 is the cornerstone of the evaluation process. The narratives form the basis for the award decision. Narrative comments must be clear, detailed and self-explanatory. Narratives will be prepared in ink or computer generated. Evaluators must indicate, at a minimum, (1) where the SF330 meets or fails to meet minimum requirements; (2) strengths/advantages and the benefit to the government should the firm receive award; (3) weaknesses/disadvantages/deficiencies and the impact each would have on the capability to perform. 7.The rating given under each of the evaluation criterion reflects the degree to which the proposed approach meets or does not meet the requirement through an assessment of the strengths, weaknesses, deficiencies, and risks of an offer. The methodology used to evaluate the SF330 and related risk will be based on a Met or Not Met determination for each evaluation criterion. An overall rating will not be given. 8.Consensus. Upon completion of individual evaluations, the evaluation team and Chairman shall meet and establish a final rating for each firm on each evaluation factor. Ratings will not be averaged, but will represent the consensus opinion of the evaluators. The Chairman will record these consensus results and document the basis for each. The Chairman will present the consensus results to the Procuring Contracting Officer (PCO) and legal counsel for review and/or concurrence. 9.Discussions/ Interviews: After PCO review of the consensus results, up to nine (9) of the most highly qualified firms will be short listed and invited to participate face-to-face discussions/interviews. Interviews are conducted for the purpose of obtaining any additional information that will help the board in ranking the firms in order of preference and distinguish between the most highly qualified firms. It provides the board an opportunity to gain a better understanding of the firm ™s qualifications, to clarify questions regarding the SF330 and to assess their understanding of the work. The firms are given an opportunity to provide their presentation followed by a question and answer period led by the SSBC. The questions may be provided to the firms for preparation; however additional questions may arise based on the information presented during the interview. Any information received during the interview process may be used as justification for the ranking of the firms based on the published selection criteria. During the interviews, the firms are invited to present their approach discuss the concepts and the relative utility of alternative methods of furnishing the required services. 10. Interviewed firms must be prepared to provide a listing of present business commitments with their required completion schedules; financial and credit references (include name and telephone numbers of officers at their financial institutions) and performance references other than NAVFAC Southeast (include three (3) or more with names and telephone numbers of the contract administrators). 11.Selection: Following the interviews, the Evaluation Board shall reach a consensus on the order of preference of the short listed firms and provide the Selection Board Report recommending to the selection authority, in order of preference, at least three firms that are considered to be the most highly qualified. The Selection Board Report will include clear justification for the basis of selecting the most highly qualified firm and will be based solely on the evaluation criteria identified publicized synopsis. When only one board is used, the Slate/Selection report will include documentation supporting the decision to include and exclude firms from the slate. If two boards are used, an approved Pre-Selection/Slate Board Report must be included must be included as an enclosure to the Selection Report. Final selection decision shall be made by the agency head or a designated selection authority. 12.After Selection: After the Selection Report has been approve, the PCO may release information identifying only the AE firms selected as the most highly qualified with which negotiations will be conducted. Because of the Selection of Architects and Engineers procedures, if a fair and reasonable price cannot be negotiated with the selected firms, the next most highly qualified firm may be contacted and requested to provide a fee proposal. At that time the name of the firm may be released. SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF330 package. The SF330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed 45 single-sided 8.5 by 11 inch pages (the page limit does not include ISRs, certificates, PPQs, licenses, small business information on the extent to which small businesses commit to subcontracting to large business, (LB), SB, SDB. WOSB, HUBZone SB, VOSB, SDVOSB, and HBCU/MI, if applicable in the performance of this contract, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Introductions shall be included in Sections E and F. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Interested firms shall submit one (1) original plus three (3) paper hard copies of the SF330 and one (1) CD to Naval Facilities Engineering Command Southeast, Code N69450, Attn: AE/CE (Donna Yon), Building 903 Yorktown Avenue, Jacksonville, Florida 32212-0030. Responses are due no later than 2:00pm ET, 31 January 2018. Late responses will be handled in accordance with FAR 52.215-1. The primary point of contact is Donna Yon, Contract Specialist, at donna.yon1@navy.mil. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering. Provide evidence of professional registration for all registered personnel, such as planners, architects, engineers, and geologists (i.e., State registration numbers). It is the contractor ™s responsibility to ensure delivery to the location specified. Commercial couriers such as FEDEX, DHL or UPS follow the installation procedures and they are required to have a background check if they do not have a CAC badge or DBIDS badge. Commercial couriers must also have their vehicle inspected at location listed in the attached LRA commercial vehicle inspection procedures prior to accessing the LRA. Firms should check with their intended courier to ensure they have the proper identification credentials to access the LRA. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to donna.yon1@navy.mil. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7163ef3a910ca9f77c5e02e16d09479c)
 
Place of Performance
Address: PO Box 30 Bldg 903, Jacksonville, FL
Zip Code: 32212
 
Record
SN04773844-W 20171223/171221231350-7163ef3a910ca9f77c5e02e16d09479c (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.