Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2006 FBO #1752
SOLICITATION NOTICE

C -- A-E SERVICES FOR PREPARATION OF PLANS/SPECS FOR FY08 MCON P262 WASTEWATER TREATMENT PLANT REPAIRS AND UPGRADE, NAVAL BASE, GUAM

Notice Date
9/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition, Construction Contracts Branch (ACQ11), 258 Makalapa Drive, Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-07-R-0001
 
Response Due
10/12/2006
 
Description
Services include, but are not limited to providing Design-Build Request-For-Proposal (RFP) contract document for a preparation of plans, specifications, and cost estimates for the repairs and replacement of equipment and process components of the existing Apra Harbor Wastewater Treatment Plant facilities (headworks, control building, pre-aeration tank/grit chambers, primary clarifier pump station, secondary clarifiers, sludge thickener, biotowers and biotower pump stations, digesters and digester control/solids contactor buildings, chlorination and dechlorination buildings and chlorine contact tanks, odor control building, and sludge drying beds). If asbestos or hazardous materials exist, the Architect Engineer (A E) contractor shall identify them and provide for their disposal in the construction plans and specifications 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. Design and engineering services includes but not limited to Site Engineering Investigation (SEI); Functional Analysis and Concept Development (FACD), preparation of final plans and specifications, Post Construction Award Services (PCAS); construction surveillance and inspection services and operational and maintenance support information services. Estimated construction cost of project is between $25,000,000 and $100,000,000. Estimated date of contract award is December 2006. Estimated design start and completion dates are January 2007 and August 2007, respectively, including, review periods. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed in design and repair/upgrade of wastewater treatment plants in tropical environments similar to Hawaii and Guam; (2) Specialized recent experience and technical competence of firm or particular staff members in design and repair/upgrade of wastewater treatment plants in tropical environments similar to Hawaii and Guam; (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) Capacity to accomplish the work in the required time; (5) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach; (6) A-Es quality control program experience; (7) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; (8) Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZoneSB), historically black college or university and minority institution (HBCU/MI) and veteran-owned small business (VOSB), and service disabled veteran-owned small business (SDVOSB) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. For this selection criteria, the government will evaluate proposals based on two Sub-factors: (A) Past performance in Utilization of Small Business Concerns and (B) Participation of Small Business Concerns in this Project; (9) Volume of work previously awarded to the firm by the Department of Defense shall also be considered, with the object of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. Include a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria on the SF 330, Part 1, Section H. If necessary, continue on plain bond paper. For selection criteria (3) the government will also evaluate each firms past performance and performance rating(s) from the Architect-Engineer Contract Administration Support System (ACASS) during the evaluation process, which can affect the selection outcome. For selection criteria (8), the Government will evaluate firms by: In support of Sub-factor (A), (1) the offeror shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, and SDVOSB over the past three years showing dollar value, percentage of work (of total contract value) subcontracted to large businesses, SB, SDB, WOSB, HUBZoneSB, SDVOSB, and HBCU/MI; (2) Information on national awards received within the past five years for outstanding support to SB concerns. National awards received within the last five years will be considered more favorably than national awards beyond five years; (3) Information showing ratings received on completed projects with regards to the firms implementation of subcontracting plans; (4) Information on any existing, planned or pending mentor-protege agreements under either the DOD or SBA 8(a) Programs; (5) Information on use of Community Rehabilitation Program organizations certified under the Javits Wagner O Day Program by the National Industry for the Severely Handicapped (NISH) or the National Industry for the Blind (NIB); and (6) Final SF 294s on projects completed within the past 3 years, and if subcontracting goals were not met, provide an explanation. In support of Sub-factor (B), the offeror shall identify each subconsultant by name, discipline and size status and also identify, in terms of dollar values and percentage of total proposed price, the extent of work you will perform as the prime contractor. The offeror is advised that the Government-wide goals for the total value of all prime contract per fiscal year are 23% to SB, 5% each to SDB, WOSB and 3% each to HUBZone SB and SDVOSB, and 5% to HBCU/MI. In addition, the Naval Facilities Engineering Command FY 07 subcontracting targets in term of dollar value of subcontracts are 76.07% to SB, 15.88% to SDB, 14.22% to WOSB, 1.29% to HUBZone SB and .13% to SDVOSB. FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns states in part; the Contractor hereby agrees to carry out this policy in the awarding of subcontracts to the fullest extent consistent with efficient contract performance. If the offeror does not intend to subcontract, provide a detailed explanation why subcontracting would not result in efficient contract performance. The offerors are reminded that in order to receive proposal evaluation benefit as SDB or HUBZone SB either as prime or subconsultant, proposed SDBs and HUBZoneSBs must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subconsultant is a certified SDB or HUBZone by accessing the Central Contractor Registration (CCR) at www.ccr.gov. Effective January 1, 2005, the Federal Acquisition Regulations (FAR) will require the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. 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 (Oct 2003) and 52.204-8 Annual Representations and Certifications (Jan 2005). The prime firm and sub-consultants for this contract will be required to perform throughout the contract term. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. The submittal/delivery address is Commander, Code NAVFAC PAC ACQ11 (A-E Solicitation No. N62742-07-R-0001), 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; no other address is acceptable. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. Consultants to the prime A-E firm are required to submit only Part II of the SF 330. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown on the SF 330, Part 1, Section B8. Large Business firms who are short-listed will be required to submit a subcontracting plan before negotiations begin for contract award. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. Firms responding to this announcement by Thursday, October 12, 2006 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal.
 
Place of Performance
Address: Pearl Harbor, Hawaii
Zip Code: 96860
Country: UNITED STATES
 
Record
SN01140054-W 20060913/060911221628 (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.