Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2013 FBO #4212
DOCUMENT

C -- Indefinite Delivery Indefinite Quantity Architect-Engineer Services for Various Mechanical Engineering Projects and Related Services at Various Locations Under Cognizance of NAVFAC PACIFIC - Attachment

Notice Date
6/4/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274213R0005
 
Response Due
7/8/2013
 
Archive Date
10/8/2013
 
Point of Contact
Donna Matsuura 808-471-2235
 
E-Mail Address
donna.matsuura@navy.mil
(donna.matsuura@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFCATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. This procurement is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) Code is 541330. The Small Business size standard is $14.0 million average annual receipts over the past 3 years. Architect-Engineer (A-E) Services are required for an Indefinite Delivery Indefinite Quantity Contract for various mechanical engineering projects under cognizance of Naval Facilities Engineering Command Pacific. Services required under this contract include, but are not limited to, the preparation of project engineering documentation, DD 1391s, Functional Analysis and Concept Development (FACD), preliminary and final plans and specifications including preparation of Design-Build Request for Proposal (RFP) contract documents or Design Bid Build contract documents, Collateral Equipment (CEQ) Buy Packages, technical reports including engineering investigations and concept studies, construction cost estimates, interdisciplinary coordination reviews, 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. Other support services may include post-construction award services; construction surveillance and inspection services; operational and maintenance support information services; and other miscellaneous post-construction award services. Planned projects include primarily Military Construction (MCON) projects involving new construction and repair and alteration of predominantly fuel system facilities/upgrades and mechanical engineering systems in building facilities, e.g., heating, ventilation and air conditioning (HVAC), refrigeration, plumbing, fire protection, fuel oil systems, steam systems, compressed gases and vacuum systems. 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 and Planning Design Guide, UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, and UFC 3-600-01 Fire Protection Engineering for Facilities. NAVFAC Pacific currently uses the following software applications: WINDOWS XP Workstation, Microsoft Office 2007 Professional (Word 2007, Powerpoint 2007, Excel 2007, Access 2007, Project 2007), Adobe Acrobat 9.0 Professional, and AutoDesk's AutoCAD 2010. 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. 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 sub-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. 1. Specialized Experience: Firm s and subconsultants demonstrated recent experience with regard to design of mechanical related projects including performing Design Charrettes/Functional Analysis Concept Developments (FACD) and preparation of Military Construction (MCON) project engineering documentation (DD Form 1391s) and Design-Build/Design-Bid-Build Request for Proposal (RFP) contract documents. Mechanical related projects include new construction and repair and alteration of predominantly fuel system facilities/upgrades and mechanical engineering systems in building facilities, e.g., heating, ventilation and air conditioning (HVAC), refrigeration, plumbing, fire protection, fuel oil systems, steam systems, compressed gases and vacuum systems. List a maximum of five (5) relevant projects completed in the past ten (10) years. Specialized experience of the prime firm will also be given more consideration than that of the subconsultants. Mechanical related projects designed and constructed in tropical environments similar to Hawaii, Guam and Pacific Ocean areas will be considered more favorably. A project or contract is defined as either a stand-alone contract or a single task order, or an accumulation of aviation related task orders under the same Indefinite Delivery Indefinite Quantity (IDIQ) contract having the features described above. If more than five projects are submitted for evaluation, the Government will evaluate the first five projects and disregard any other project information after the first five projects. 2. Professional Qualifications and Technical Competence of the Individual Team Members with regards to the design of mechanical related projects including performing Design Charrettes/Functional Analysis Concept Developments (FACD) and preparation of Military Construction (MCON) project engineering documentation (DD Form 1391s) and Design-Build/Design-Bid-Build Request for Proposal (RFP) contract documents. Mechanical related projects include new construction and repair and alteration of predominantly fuel system facilities/upgrades and mechanical engineering systems in building facilities, e.g., heating, ventilation and air conditioning (HVAC), refrigeration, plumbing, fire protection, fuel oil systems, steam systems, compressed gases and vacuum systems. Limit submission to not more than ten (10) key personnel and provide up to a maximum of five (5) relevant projects for each key person. Key personnel of the prime firm will also be given more consideration than that of the subconsultants. A project or contract is defined as either a stand-alone contract or a single task order in an Indefinite Delivery Indefinite Quantity (IDIQ) contract having the features described above. If more than five projects are submitted for evaluation, the Government will evaluate the first five projects and disregard any other project information after the first five projects. 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. Letters of commendation or awards for relevant projects submitted for selection criteria (1) or (2) will be considered more favorably than letters of commendation or awards for other projects. Firms will also be evaluated on performance evaluations obtained from the Architect-Engineer Contract Administration Support System (ACASS). Past performance of the Prime Firm will be given more consideration than that of the subconsultants. 4. Ability to perform the work in the required time and capacity to accomplish a variation of taskings simultaneously. 5. Small Business Utilization. Firms will be evaluated on the extent to which their submissions demonstrate the identification and utilization of Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZone), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on two sub-criteria; Sub-criteria A - Past performance in utilization of small business concerns. Firms will be evaluated on the extent to which small businesses were utilized, and that assigned small business goals were achieved on previous contracts and/or on the extent that small businesses were utilized on projects in which no goals were assigned. Firms shall provide historical data on utilization of SB, SDB, WOSB, HUBZone, VOSB, SDVOSB, and HBCU/MI. Large Business offerors shall submit three (3) final or most recent Individual Subcontracting Reports (ISRs) for similar contracts of relative size. If ISRs are not final or most recent, they will not be considered. If subcontracting goals on the submitted ISRs were not met, provide an explanation for each missed goal. If ISRs were not applicable to the similar contracts noted, submit other documentation which demonstrates utilization of the various small business category firms for the contracts. If small businesses were not utilized, provide a detailed explanation. A sample template for subcontracting history for newly established large businesses or large businesses with no prior ISR history is provided as Attachment 1. Small business offerors shall submit documentation which shows utilization of the various small business category firms for similar contracts of relative size. Note that small business offerors can and should include self-performed work for this sub-criteria. Small business offerors are also encouraged to utilize the sample template included as Attachment 1 to provide the required small business past performance information. Sub-criteria B - Utilization and participation of small business concerns for this contract. All offerors shall provide information regarding the participation of small business concerns in this contract. Identify in terms of dollar value and percentage of total proposed price, the extent of work to be performed as the prime contractor and the planned usage of SB, SDB, WOSB, HUBZone, VOSB, SDVOSB and HBCU/MI. Identify each subconsultant by name, discipline and size status. Utilize $10,000,000 as the total proposed price. The following FY 2014 NAVFAC goals are provided in terms of total planned subcontracting value for utilization of small business. SB: 66.67%, HUBZone: 8.85%, SDB: 17.10%, WOSB: 15.15%, and SDVOSB: 3.03%. Demonstrate how you plan to meet these goals. Large and Small Businesses that are slated shall: i) Large Business offerors will be required to submit a Small Business Subcontracting Plan including goals proposed for each small business category and all other program requirements per FAR 52.219-9 prior to the interview. The Small Business Subcontracting Plan template, Attachment 2, shall be used to complete the subcontracting plan submission. Firms shall submit their Small Business Subcontracting Plan utilizing this template, and only this template. ii) Small Business offerors shall submit a Small Business Participation Plan, using the template at Attachment 3. Small businesses can and should include planned self-performed work in Attachment 3. Small business offerors are not to submit a Small Business Subcontracting Plan, but shall utilize the template included as Attachment 3 to submit the required subcontracting participation information. 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 or equivalent. Provide up to a maximum of five (5) projects that have attained or been submitted for LEED certification. For projects not yet certified, identify the date the project was submitted. For all projects, identify the team's major contribution(s), design elements/features/equipment/etc., in attainment of the certification. If more than five projects are submitted for evaluation, the Government will evaluate the first five projects and disregard any other project information after the first five projects. LEED certified projects will be considered more favorably than projects not yet certified. 7. Design Quality Control Program (DQCP): Firms will be evaluated on the acceptability of their internal design quality control program used to ensure the technical accuracy of drawings, specifications, cost estimates, and other required technical data. Describe the design quality control organization structure and list the responsible key personnel. Discuss the methodology that will be used to eliminate errors, omissions, interferences, and inconsistencies between all design disciplines and consultants; inconsistencies between drawings, specifications, and cost estimates; and for the incorporation of the latest criteria, lessons learned and review comments. Provide DQCP documents of past completed projects for review. 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. For selection criteria (1) and (2): Include the following items in Section H, Block 30 of the SF 330: (1) a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria, (2) 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, (3) your DUNS, CAGE, and TIN numbers, and (4) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. 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 $10,000,000 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) will be satisfied by the award of the initial Task Order. 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 November 2013. This proposed contract is being solicited on an unrestricted basis. All contractors are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at https://www.sam.gov Completion of electronic annual representations and certifications is also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications (May 2012). Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. 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 twenty 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. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. The SF 330 shall be submitted in two (2) separate volumes. Volume I shall contain Part I of the SF 330 (Contract-Specific Qualifications) and Volume II shall contain Part II of the SF 330 (General Qualifications), letters of commendation and/or awards. The printed format for both Volumes shall be in an 8-1/2" x 11" paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and one-sided. Volume I shall be limited to 200 pages including photographs and/or drawings. All pages exceeding the 200-page limitation for Volume I will not be considered. Page numbers must be shown on each page in Volume I with the exception of Title Sheets, Table of Contents, Organization Chart, and Tabs. Any information/pictures contained on the tabbed sheets will not be considered for evaluation. Volume II is not subject to a page limitation and does not need to be numbered. Except for the Organization Chart, sheets larger than 8-1/2 X 11 including fold-out sheets will not be accepted. Double-sided pages will be counted as two pages. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Responses are due to later than 2:00 p.m. Hawaii Standard Time (HST) on July 8, 2013. The delivery addresses for SF 330s are as follows: (1) For SF 330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command Pacific Code ACQ31:DM (N62742-13-R-0005) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) For SF 330s being sent via courier service or hand-delivered: Naval Facilities Engineering Command Pacific Code ACQ31:DM (N62742-13-R-0005) 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296 Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Firms responding to this advertisement are requested to submit two (2) paper copies of Volume I, one (1) paper copy of Volume II, and one CD electronic copy of both Volumes. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. All questions should be submitted in writing and forwarded via e-mail to Ms. Donna Matsuura, donna.matsuura@navy.mil no later than June 20, 2013. Questions submitted after June 20, 2013 may not be addressed due to time constraints. All potential offerors are advised to check daily the NECO website, https://www.neco.navy.mil/, or Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274213R0005/listing.html)
 
Document(s)
Attachment
 
File Name: N6274213R0005_Synopsis_Atch_1.doc (https://www.neco.navy.mil/synopsis_file/N6274213R0005_Synopsis_Atch_1.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274213R0005_Synopsis_Atch_1.doc

 
File Name: N6274213R0005_Synopsis_Atch_2.doc (https://www.neco.navy.mil/synopsis_file/N6274213R0005_Synopsis_Atch_2.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274213R0005_Synopsis_Atch_2.doc

 
File Name: N6274213R0005_Synopsis_Atch_3.doc (https://www.neco.navy.mil/synopsis_file/N6274213R0005_Synopsis_Atch_3.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274213R0005_Synopsis_Atch_3.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03078681-W 20130606/130604235202-5ca4232bf8005f70a9550bfafc5fbaf9 (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.