Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

C -- Indefinite Quantity A-Engineer Services for Construction Surveillance and Inspection (Title II) and Engineering Services for Various National Science Foundation Projects at Antarctic and New Zealand

Notice Date
8/9/2010
 
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
N6274210R0011
 
Response Due
9/15/2010
 
Archive Date
12/31/2010
 
Point of Contact
Norine E. Horikawa (808) 471-0870
 
E-Mail Address
Norine E. Horikawa
(norine.horikawa@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Services include, but are not limited to design and engineering services for various Architect-Engineer Services for Construction Surveillance and Inspection (Title II) Services and other engineering services for various National Science Foundation Projects at Antarctica and New Zealand. Projects may include, but are not limited to, Title II services to assure that construction is being performed in compliance with contract drawings and specifications, with emphasis on mechanical and electrical work. Other engineering consultation and review services may be required to support various projects. Personnel traveling to Antarctica must pass strict medical and dental examinations. 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 Delivery Indefinite Quantity (IDIQ) 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 will be awarded as a firm fixed price A-E task order. 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 four one-year option periods. The Government reserves the right to exercise the option periods to extend the contract term. The total fee for the contract term shall not exceed $7,000,000. 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 date of contract award is December 2010. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, listed in descending order of importance, will be used in the evaluation of A-E firms: (1) Professional qualifications of firm and staff proposed for construction surveillance and inspection services and other engineering services in extremely remote, cold weather locations; (2) Specialized recent experience and technical competence of the firm or particular staff members proposed for construction surveillance and inspection services and other engineering services in extremely remote, cold weather locations; (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; and (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 firm ™s 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 the utilization of SB, SDB, WOSB, HUBZone SB, and SDVOSB over the past three years showing dollar value and percentage of work (of total contract value) subcontracted to large business firms, 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 Naval Facilities Engineering Command FY11 subcontracting targets in term of dollar value of subcontracts are 66.31% to SB, 16.51% to SDB, 14.82% to WOSB, 1.39% to HUBZone SB and 3% 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 AE firms may determine whether a prospective subconsultant is a certified SDB or HUBZone by accessing the Central Contractor Registration (CCR) at 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 Clauses 52.204-7 Central Contractor Registration (Oct 2003) and 52.204-8 Annual Representations and Certifications (Jan 2005). 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 AE firm and subconsultants 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, NAVFAC Pacific, 258 Makalapa Drive, Suite 100, Pearl Harbor, HI 96860-3134, (A-E Solicitation No. N62742-10-R-0011), Attn: ACQ31:NEH. The mailing address is inside a military installation with strict security measures in force; therefore, please anticipate delays. Interested firms must allow sufficient time for receipt of submissions. If the submittal is hand-carried, the delivery address is 4262 Radford Drive, Building 62, A-E/Construction 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, the appropriate 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 the commencement of negotiations for contract award. Three paper copies and one electronic version of CD of your SF 330 are required. Firms responding to this announcement no later than September 15, 2010, at 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/N6274210R0011/listing.html)
 
Record
SN02233275-W 20100811/100809234702-51d26e7f874df4be4ba2f1759911314f (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.