SOLICITATION NOTICE
C -- INDEFINITE DELIVERY INDEFINITE QUANITY ENGINEER SERVICES FOR VARIOUS UTILITY STUDIES AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC PACIFIC
- Notice Date
- 5/4/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274210R0101
- Response Due
- 6/4/2010
- Archive Date
- 9/30/2010
- Point of Contact
- A. SAKI-ELI 808-474-5356
- E-Mail Address
-
A. Saki-Eli
(ann.sakieli@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Services include, but are not limited to electrical utility system studies, mechanical utility system studies, civil utility system studies and engineering and mapping services for various projects with associated multi-discipline architect-engineer support services. The services may include, but not limited to, electrical, mechanical and civil utility systems engineering studies; GPS mapping and GIS data coordination; energy conservation studies/surveys; preparation of cost estimates; parametric cost estimates; life cycle cost analysis; business case analysis; best management practice studies; concept design; preparation of project programming documents (DD1391); facility siting studies and conceptual design drawings, schematics and renderings. Study results may recommend new construction, alteration, repair, maintenance, and/or installation or modifications of various electrical, mechanical and/or civil utilities systems. 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 option to extend the contract for an additional two years. The total fee for the contract term shall not exceed $7,500,000. 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 date of contract award is June 2010. 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 for studies of electrical power utility distribution, transmission, and generation systems, mechanical utility systems, civil utility systems, GPS mapping and GIS data coordination, SCADA control systems, and energy studies in tropical environments similar to Hawaii, Guam and Pacific Ocean Areas; (! 2) Specialized recent experience and technical competence of firm or particular staff members proposed for studies of electrical power utility distribution, transmission, and generation systems, power system/quality analysis, mechanical utility production, and distribution systems (steam, compressed air, salt water and demineralized water) and infrastructure, civil utility production, treatment, distribution and collection systems (potable water and waste water) and infrastructure, CAD drawings/renderings for various projects, GPS mapping and GIS data coordination, SCADA control and data systems and interface, and energy studies in tropical environments similar to Hawaii, Guam and Pacific Ocean Areas; (3) Personnel shall be of U.S. or naturalized citizens who can qualify for access to security areas; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Capacity to accomplish the work in the required time; (6) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities, utilities and infrastructure problems through an integrated design approach; (7) A-Es quality control program experience; (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 arrangeme! nt, 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) 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; (10) 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 (4) 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 (9), 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, VOSB and SDVOSB over the past three years showing dollar value, percentage of work (of total contract revenue) subcontracted to large businesses, SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI; (2) Information on national awards received within the past five years for outstanding support to SB concerns; (3) Information showing rati! ngs received on completed projects with regards to the firms implementation of subcontracting plans (i.e., SF1420, DD2626 or equivalent); (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 AbilityOne Program by the National Industry for the Severely Handicapped (NISH) or the National Industry for the Blind (NIB); and (6) Final SF 294s for five of the most recently completed projects that required periodic reports, 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 Naval Facilities Engineering Command FY 10 subcontracting targets in term of dollar value of subcontracts are 65.65% to SB, 16.27% to SDB, 14.68% to WOSB, 1.37% to HUBZone SB and 3.0% 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 HUBZone SB either as prime or subconsultant, proposed HUBZoneSBs must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subconsultant is a certified 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 (Apr 2008), DFARS 252.204-7004, Alternate A (Sep 2007), 52.204-8 Annual Representations and Certifications (Feb 2009) and DFARS 252.204-7007, Alternate A (Jan 2008). 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 sitting 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 mailing (U.S. mail and courier service) address is Commander, Code NAVFAC PAC ACQ31 (A-E Solicitation No. N62742-10-R-0101), Attn: Mailroom (MS2), NAVFAC PACIFIC, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134. The mailing 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. If submittal is hand-carried, the delivery address is 4262 Radford Drive, Building 62, A-E Contracts Branch, Honolulu, HI 96818-3296. 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. Three copies of your SF 330 are required: Two paper copies and one electronic copy on a CD. Firms responding to this announcement by June 4, 2010, 2:00 p.m., Hawaii Standard Time (HST) will be considered. This is not a request for a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R0101/listing.html)
- Record
- SN02139270-W 20100506/100504234734-243249ca876c2de90a4decfc3bd9e9ba (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 |