SOLICITATION NOTICE
C -- Indefinite Quantity Architect-Engineer Services for Preparation of Plans and Specifications for Bachelor Quarters and Other Architectural Projects, Various Locations, NAVFAC Hawaii
- Notice Date
- 4/29/2008
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, N62478 NAVFAC HAWAII A-E/Construction/FSC PCO Branch 400 MARSHALL RD PEARL HARBOR, HI
- ZIP Code
- 00000
- Solicitation Number
- N6247808R5004
- Response Due
- 5/29/2008
- Point of Contact
- Kimberlee Fujimoto (808) 474-9392 Clifford Sagara (808) 474-9392
- Small Business Set-Aside
- Total Small Business
- Description
- This solicitation is a 100% set-aside for small business concerns. The small business size standard classification is NAICS 541310 ($4.5 M in annual receipts). Services include, but are not limited to design and engineering services for various Bachelor quarters which may include a kitchen, walk-in closet and common areas such as lounges, laundry, storage, housekeeping, quarterdeck/office spaces, and public restrooms. Mechanical systems may include elevators, fire sprinklers and central air conditioning. Electrical equipment may include a transformer station. Supporting facilities may include utility connections (water, sewers, electrical, telephone, and cable television). Other architectural projects may include but are not limited to design and engineering for new construction, alterations, repair of buildings, structures and minor construction of admin/training facilities, industrial shops, and warehouses. Services shall also include preparation of engineering studies, cost estimates, cost certification, certified-ready-for-design documents, final plans and specifications, as-built drawings and post construction services, as required. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) 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 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 contract will be of the Indefinite Quantity type where the work will be required on an as needed basis during the life of the contract provided the government and contractor agree on the amount. Each project awarded will be issued as a firm fixed price task/delivery order. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The total fee for the contract term shall not exceed $5,000,000. The government guarantees a minimum of $10,000. There will be no future synopsis in the event the options included in the contract are exercised. Estimated construction cost of each project is between $25,000 and less than $25,000,000. Estimated date of contract award is August 2008. 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 teams: (1) Professional qualifications of firms and resumes of key personnel for each prime and sub-consultant proposed for designing bachelor quarters, apartments, dormitories, or new building construction, building alterations, renovations and repairs type projects in Hawaii and similar tropical environments in the Pacific Ocean area. Registration qualifications as described in UFC 1-300-09N, 18 October 2007, Chapter 2 Policy, Paragraph 2-6 Registration; and UFC 3-600-01, 26 September 2006, Chapter 1 Introduction, Paragraph 1-5 Services and Qualifications of Fire Protection Engineers; (2) Specialized recent experience and technical competence of firms or key personnel proposed for designing bachelor quarters, apartments, dormitories, or new building construction, building alterations, renovations and repairs type projects in Hawaii and similar tropical environments in the Pacific Ocean area; (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) 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. The offerors are reminded that in order to receive proposal evaluation benefit as a SDB or HUBZone SB either as prime or sub consultant, proposed SDBs and HUBZoneSBs must be certified by the Small Business Administration. Prime contractors may determine whether a prospective sub consultant is a certified SDB or HUBZone by accessing the Central Contractor Registration (CCR) at www.ccr.gov Effective January 1, 2005, the Federal Acquisitions (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 (July 2006) and 52.204-8 Annual Representations and Certifications (Jan 2006).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 (DD 1391), facility siting studies, environment 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. 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, NAVFAC HAWAII (Code OPHACQ2), 400 Marshall Road, Building A-13, Pearl Harbor HI 96860-3139, (A-E Solicitation No. N62478-08-R-5004). 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 security measures are in force and delays should be anticipated. 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. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. 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. Firms responding to this announcement by Thursday, 29 May 2008 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2b0fc27fcd80c1e675cb28fe8ce97a62&tab=core&_cview=1)
- Record
- SN01563089-W 20080501/080429220036-deb81514900e098cfe5db8d25d7f38a8 (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 |