Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2008 FBO #2398
SOLICITATION NOTICE

C -- C – Indefinite Quantity Contract for Architect-Engineer Services for Design, Engineering, Specifications and Cost Estimating and Related Services, Various Locations, NAVFAC Hawaii Areas

Notice Date
6/18/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, Acquisition, 400 Marshall Road, Pearl Harbor, Hawaii, 96860-3139
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-08-R-5005
 
Archive Date
8/9/2008
 
Point of Contact
Curtis K Ogawa,, Phone: (808) 474-6322, Clifford A Sagara,, Phone: (808) 474-6315
 
E-Mail Address
curtis.ogawa@navy.mil, clifford.sagara@navy.mil
 
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 541330 ($4.5 M in annual receipts). Services include, but are not limited to design and engineering services for associated multi-discipline architect-engineering support services. The services may include, but are not limited to, engineering studies; preparation of plans, specification, cost estimates, and parametric cost estimates; as-built drawings; and post construction services. Projects may involve new construction, alteration, and repair of facilities and systems. 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 providing the government and contractor agree on the amount. Each project contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract term will be a base year and two one-year option years. The Government reserves the right to exercise the option years to extend the contract term. The maximum value for the contract inclusive of all options 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 price range of construction projects is between $5,000,000 and $10,000,000. Estimated date of contract award is November 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 firms: (1) Professional qualifications of firm and staff proposed in the preparation of design and engineering services for the following: a.) Design-Bid –Build, Preparation of plans, specifications, specification amendments, bidding information and construction cost estimates utilizing the NAVFAC SGML/SPECINTACT and SUCCESS programs. b.) Design-Build, Preparation of Request for Proposal contract documents. c.) Shop Design projects tailored for design of shop projects. Utilizing WINEST cost estimate program. Shop design projects will be constructed by NAVFAC Hawaii Shops. (2) Specialized recent experience and technical competence of firm or particular staff members proposed for facilities in tropical environments similar to Hawaii; (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 Federal Acquisitions 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 (Apr 2008) 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 (DD1391), facility siting studies, environmental 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-4, Pearl Harbor, HI 96860-3139, (A-E Solicitation No. N62478-08-R-5005). 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. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD-Rom. 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 July 25, 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. Point of Contact is Curtis Ogawa, Contracting Officer, Phone (808) 474-6322, Fax (808) 474-3398, email curtis.ogawa@navy.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bbb873d01317f1497c25f36f0da05fca&tab=core&_cview=1)
 
Place of Performance
Address: Various Locations in All Areas Under the Cognizance of NAVFAC HAWAII, Pearl Harbor, Hawaii, 96860-3139, United States
Zip Code: 96860-3139
 
Record
SN01595594-W 20080620/080618215112-bbb873d01317f1497c25f36f0da05fca (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.