Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2008 FBO #2349
SOLICITATION NOTICE

C -- Program Support Contract for Various Projects Covered by the Defense Policy Review Initiative (DPRI) and Other Projects Under the Cognizance of Naval Facilities Engineering Command, Pacific

Notice Date
4/30/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, Acquisition Department, N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive Suite 100 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274208R0009
 
Response Due
5/30/2008
 
Point of Contact
Donna M Matsuura, Phone: (808) 471-2235
 
E-Mail Address
donna.matsuura@navy.mil
 
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. This is the first of a series of contracts that NAVFAC Pacific intends to issue for various projects covered by the Defense Policy Review Initiative (DPRI) and other projects under the cognizance of NAVFAC Pacific (see the final paragraph of this notice for additional information on future synopses). NAVFAC Pacific is the Department of Defense's Executive Agent for Construction on Guam and is the designated design and construction agent for the DPRI associated with the rebasing of approximately 8,000 Marines and their dependents from Okinawa to Guam. Planned projects include primarily Military Construction (MCON) or Government of Japan funded military construction projects involving new construction and repair and alteration of base development facilities (including barracks, dormitories, administrative facilities, educational facilities, dining facilities, industrial/warehouse facilities, ranges, operational/training facilities, site utilities and infrastructure); waterfront/marine facilities (including piers and wharves); and aviation facilities (including hangars and aprons). Architect-Engineering and Engineering Services required under this contract include (1) Program Management support services; (2) Design Management support services; and (3) other support services. The outcomes to be achieved are fully coordinated and synchronized program schedules; detailed reports that address program costs, progress reviews, and construction progress; timely and effective logistical planning reports and briefings; complete Architect-Engineer (A-E) plans and specifications; request for proposal (RFP) packages/solicitations compliant with FAR and other mandatory guidelines; and various A-E or other support services that advance timely program implementation and enhance NAVFAC Pacifics successful management of the DPRI and Other Projects. The primary locations for these projects are in Hawaii and Guam, U.S.A., and may include work in the Commonwealth of the Northern Marianas Islands (CNMI). However, as needed, task orders under the resulting contract may require performance in locations anywhere in the Pacific and Indian Oceans (NAVFAC Pacifics area of responsibility). Program Management support services include, but are not limited to, support to NAVFAC Pacific in schedule management, information management, cost estimating, logistics planning, program integration and project management. Other duties include support of customer/sponsor commands and coordinating, integrating and reporting to NAVFAC Pacific's staff on program/project status and accomplishments. Due to the nature of the work required, contractor personnel may be required to work in close proximity to Government personnel. The Government intends to furnish or make available Government-furnished facilities, utilities, equipment and materials for contractor personnel use for the program management support functions that require co-location of staff. Design Management support services include, but are not limited to, support to NAVFAC Pacific in the preparation of project engineering documentation, DD 1391s, preliminary and final plans and specifications including preparation of Design-Build Request for Proposal (RFPs) contract documents or Design Bid Build contract documents, technical reports including engineering investigations and concept studies, preparation of facilities and land use planning studies, construction cost estimates, operations and maintenance manuals, record drawings, shop drawing reviews, redi-check reviews and construction consultation and geotechnical investigations as required for design, analysis and studies. Design management support services under this contract will mainly involve projects for base development facilities. Other support services include, but are not limited to, planning support, GIS support, surveying support, real estate support, and environmental support. All work shall be performed in accordance with applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to the Unified Facilities Criteria (UFC) Design Procedures, MIL-HDBK-1190 Facility Planning and Design Guide, and UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings NAVFAC Pacific currently uses the following software applications: WINDOWS 2000 Workstation, Microsoft Office Office 2000 Professional (Word 2000, Powerpoint 2000, Excel 2000, Access 2000, Adobe Acrobat 5.0, AutoDesks AutoCAD 2002, and Internet Explorer 5.5. In accordance with the contract or task order statement of work, the contractor shall complete necessary tasks and submittals or submit various reports to the Government that are readily useable in these applications without further adjustments. Additional Multi-media electronic software applications that may be required include, but are not limited to, the following: Dbase (dbf), Oracle 8.i, AutoDesks AutoCAD 2000, Visual Basic, ESRIs ArcView 3.2x or higher (SHP,SHX,SHB,DBF Format and HTML screens. Evaluation and selection will be based on the most highly qualified firm upon evaluation of the selection criteria stated herein. The A-E must demonstrate their and each key consultant's qualifications with respect to the published selection criteria for all services. Selection criteria 1 through 9 are listed below in descending order of importance. Specific selection criteria include: 1. Specialized Experience: a. Firm's demonstrated recent experience with regard to: (1) program/project planning analysis; cost and schedule management; and coordination and monitoring of program requirements similar in size, complexity, and dollar value (approximately $300 million in construction value per year for a multi-year construction program); and (2) design of base development projects including preparation of the DD Form 1391, cost estimates, and preparation of design-build and design-bid-build contract documents similar in size, complexity, and dollar value (approximately $300 million in construction value per year for a multi-year construction program). Base development projects include site infrastructure, barracks, dormitories, administrative facilities, educational facilities and libraries, dining facilities, industrial and warehouse facilities, ranges and operational/training facilities. List five (5) relevant, current projects or projects completed in the past five years for each of the two areas listed above. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity contract.b. Firm's knowledge of local codes, laws, permits and construction materials and practices of the contract areas. 2. Professional Qualifications and Technical Competence of the Individual Design Team Members and Key Personnel. Key personnel for the Program Management support services are identified as the Principal/Program Manager, Project Manager, and Program Analyst/Scheduler. Key personnel for the Design Management support services are identified as the Principal/Program Manager and Project Managers in the following disciplines: Architectural, Structural, Civil, Mechanical, Electrical, Fire Protection, and Cost Estimating.a. Active professional registration.b. Past experience in the following types of work required or evidence of similar relevant experience (with present and other firms) and roles of staff members specifically on projects addressed in Evaluation Factor 1: (1) program and project management support including program/project planning analysis; cost and schedule management; and coordination and monitoring of program requirements similar in size, complexity, and dollar value (approximately $300 million in construction value per year for a multi-year construction program) and (2) design of base development projects including preparation of the DD Form 1391, cost estimates, and preparation of design-build and design-bid-build contract documents similar in size, complexity, and dollar value (approximately $300 million per year in construction value for a multi-year construction program). Provide up to five (5) relevant projects for each key person. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity contract. 3. Past Performance: Firms will be evaluated on past performance with respect to work quality, compliance with schedules, cost control (with emphasis on projects addressed in Evaluation Factor (1)), and cooperation and responsiveness. Firms should include any letters of commendation or awards. Firms will also be evaluated on performance evaluations obtained from the Architect-Engineer Contract Administration Support System (ACASS). 4. Ability to perform the work in the required time and capacity to accomplish a variation of taskings simultaneously. 5. 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.a. Past performance in utilization of small business concerns. Provide (1) 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-protg 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.b. Participation of small business concerns in this project. 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. Firms are advised that the Government-wide goals for the total value of all prime contracts 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. NAVFAC's FY08 subcontracting targets in terms of dollar value of subcontracts are 76.07% to DB, 15.88% to SDB, 14.22% to WOSB, 1.296% to HUBZone SB and.13% to SDVOSB. Firms not intending to subcontract should provide a detailed explanation why subcontracting would not result in efficient contract performance. 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. 6. 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. Identify examples indicating design team (including consultants) experience and concepts employed, LEED certification points anticipated and final LEED points awarded, and LEED certified professionals proposed for this contract. 7. Quality Control Program: Firms will be evaluated on the acceptability of their internal quality control program used to ensure technical accuracy and discipline coordination of plans and specifications. List responsible key personnel. 8. Firm's location in the general geographical area of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract. 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&E contracts among qualified A&E firms, including small and small disadvantaged business firms and firms that have not had prior DOD 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. 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 $100,000,000 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 satisfaction of the 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 $100,000. 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 September/October 2008. This proposed contract is being solicited on an unrestricted basis. All contractors are advised that registration in the DOD Central Contractor Registration (CCR) Database is required prior to award of a contract. Failure to register in the DOD CCR Database may render your firm ineligible for award. For more information, check the DOD CCR Website at http://www.ccr.gov. 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 52.204-8 Annual Representations and Certifications (Jan 2005). Large Business firms who are short-listed will be required to submit a subcontracting plan as part of the interview. 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 ten 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. The selected firm, its affiliates, consultants and subcontractors under this contract will be ineligible to perform any contractual effort for a design or construction contract which is based on that statement of work, design, or specification. In addition, the selected firm and its affiliates, consultants, and subcontractors will not be able to compete for or perform, as a contractor, subcontractor, consultant, or in any other capacity, future design or construction work where the selected contractor gains access to non-public data such as, but not limited to, internal budget data, internal cost estimates, plans, work descriptions, and/or design specifications that, in the judgment of the Contracting Officer, could give rise to an unfair competitive advantage for the future work. Thus for example, performance of concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of a project scope and cost, shall be considered ineligible to participate in any contractual effort for a project that is based on these concept design efforts. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. Any other information submitted such as company brochures, leaflets, etc., will not be considered. The SF 330 should be typed and one sided. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. Provide evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. Responses are due to later than 2:00 p.m. Hawaii Standard Time (HST) on May 30, 2008. Responses should be sent to the following address: Commander, Code NAVFAC PAC ACQ13 (A-E Solicitation No. N62742-08-R-0009), 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. Late responses will be handled in accordance with FAR 52.215-1. The delivery address is inside a military installation; therefore, strict security measures are in force and delays should be anticipated. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit one paper copy and one CD electronic copy of their SF 330. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. Subsequent contracts in support of the Defense Policy Review Initiative (DPRI) under the cognizance of NAVFAC Pacific include: Two (2) additional Design Management support services contracts for (1) waterfront/marine facilities (including piers and wharves) and (2) aviation facilities (including hangars and aprons). As mentioned at the March 2008 Industry Forum in Guam, a Construction Management support services contract is also planned with performance tied to approval of the Record of Decision (ROD) and the commencement of construction. In addition, NAVFAC Pacific plans to set aside for small businesses a contract for Architect-Engineer services and a contract for Construction Management support services. Estimated timeframes for the synopsis release for each of these prospective contracts are not currently available. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c3b249820a3f9327801404db8531ac88&tab=core&_cview=1)
 
Record
SN01563556-W 20080502/080430220447-c3b249820a3f9327801404db8531ac88 (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.