MODIFICATION
C -- A-E IDIQ PETROLEUM, OIL AND LUBRICANT (POL) SYSTEMS AND ITS SUPPORT FACILITIES FOR NEW CONSTRUCTION, REPAIR AND RENOVATION OF VARIOUS PROJECTS, NAVFAC SOUTHWEST - Amendment 1 - RFIs 1&2
- Notice Date
- 1/9/2014
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southwest, Capital Improvement Contract Core, Attn: Code RAQ20, 1220 Pacific Highway, San Diego, California, 92132-5190
- ZIP Code
- 92132-5190
- Solicitation Number
- N62473-14-R-0009
- Archive Date
- 8/27/2014
- Point of Contact
- Betty Kimes, Phone: 619-532-4261, Nancy Lesage, Phone: 619-532-3671
- E-Mail Address
-
betty.kimes@navy.mil, nancy.lesage@navy.mil
(betty.kimes@navy.mil, nancy.lesage@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFIs 1 &2 for Synopsis AE IDIQ POL Amendment 01 Synopsis AE IDIQ POL AMENDMENT 01, Dated January 9, 2014: The purpose of the amendment is to add the following statement to the synopsis. The Offeror/Contractor must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219-14 (b)(1) Limitation on Subcontracting. ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. This is a Small Business Set Aside Procurement. Architect-Engineer (A/E) services are required for a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for new construction, repair and renovation of Petroleum, Oil and Lubricant (POL) systems and its support facilities. The work for this contract shall predominately occur at various Navy and Marine Corps facilities and other military installations located in the NAVFAC Southwest Area of Responsibility: California, Arizona, Nevada, Colorado, New Mexico and Utah. The preponderance of work will be in Southern California. The Offeror/Contractor must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219-14 (b)(1) Limitation on Subcontracting. POL systems include all components of Receipt, Storage, Transfer and Issue equipment. Support facilities include all utilities that supply POL systems and structures, building and associated equipment that directly support POL System operation. The required A/E services for POL systems and facilities include but are not limited to the following: a) Preparation of Design-Build (DB) Request for Proposals (RFP) b) Fully designed plans and specifications c) Preparation of Report, Evaluations, Studies or analyses on any or all components of a POL system and its support facilities, and related site visits/investigations (e.g. corrosion/cathodic protection analysis, environmental studies in support of permit applications to federal, state and local agencies, project brochure development, topographic surveying, soil boring) d) Integrity assessments that includes American Petroleum Institute (API) inspection and/or testing of storage tanks, pipelines, pressure vessels, pumps, control systems, all associated fuel equipment and electrical systems supplying POL equipment and ancillary support facilities. e) Spill management that includes, identification and abatement/removal of contaminated soil and other hazardous materials f) Cost estimates, Life Cycle Cost Analysis, Economic Analysis g) DD Form 1391 or similar planning and programming documents h) Post Construction Award Services (PCAS) such as submittal reviews, construction inspection, Operations and Maintenance Support Information (OMSI) preparation, engineering consultations. i) POL related Support Services (i.e. work performed by Program/Principal Managers, Design Managers, Project Managers and Construction Managers such as coordination of various technical disciples, permitting, phasing of work in occupied and unoccupied facilities and disruption of both utilities and operations of the site and building occupants during construction, scheduling, quality assurance, construction inspection, constructability reviews.) The maximum contract value may not exceed $20,000,000 aggregate total. The minimum guarantee for the contract shall be $5,000. The minimum guarantee for the entire contract term (including option years) will be satisfied by the award of the initial task order. The minimum value of individual task orders executed under this contract is $5,000. The maximum value of individual task orders executed under this contract is $3,500,000. There will be no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Contract term is for a one-year base period with four one-year renewable options; resulting in the contract performance period of maximum five years. Each performance period will run 365 calendar days. The hourly rates will be negotiated for each performance period. The Government may exercise the option period unilaterally. Per NFAS 17.208-100(c)(1), options for post construction award services may be negotiated on individual task orders for unilateral exercise. The estimated start date is August 2014. This procurement is a Small Business Set-Aside. The NAICS Code for this procurement is 541330 (Engineering Services) and the annual small business size standard is $14 Million. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. The contractor is not guaranteed work in excess of the minimum guarantee. Firms that design or prepare specifications for a construction contract or task order issued under the resulting contract are prohibited from providing the subsequent construction. This limitation also applies to subsidiaries/affiliates of the firm. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: Brooks Act (PL 92-582) and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures apply. The evaluation and selection will be based on the following criteria: Criterion 1, Professional Qualifications; Criterion 2, Specialized Experience and Technical Competence; Criterion 3, Capacity; Criterion 4, Past Performance; Criterion 5, Location and Knowledge of the Locality; Criterion 6, Quality Control; and Criterion 7, Volume of Work. SF 330s will be evaluated to determine the most highly qualified firm based on criterion responses. Criteria 1 and 2 are considered most important and equal among themselves; Criteria 3, 4, 5, and 6 are slightly less important and listed in descending order of importance; and Criteria 7 is of lesser importance and will be used as a tiebreaker among technically equal firms. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. In evaluating an Offeror's capability, the Government shall consider how well the offeror complied with these instructions. All projects provided in the SF 330 (Architect-Engineer Qualifications) must be completed by the office/branch/individual team member actually performing the work under this contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. Submission Requirements: The SF 330 Part 1 is limited to 30, 8.5"x11" single-sided pages. Minimum font size is 10. Submit the following: a) One (1) original and two (2) copies of the SF 330 for the prime offeror (which also includes a completed Part II for the firm and key subcontractors) addressing the following selection criterion information; and b) one compact disk copy, in Adobe Acrobat format, of the complete SF330 being submitted by the firm. The organization chart, ACASS evaluations and PPQ's shall not be counted as part of the 30 page limitation. SF330, Part 1, Section B: Contract Information: In Block 5, list firm's Dun and Bradstreet Number in addition to the name of the firm. SF330, Part 1, Section D: Organization Chart: In addition to the Instructions provided for the SF 330, (i.e. the names and roles of all key personnel in this contract/solicitation and the firm they are associated with), identify the overall relationship and lines of authority of the proposed team, including key subcontractors. (Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions.) This chart shall not be counted as part of the 30 page limitation. This chart must be affixed to the submittal to avoid separation in handling. SF 330, Part 1, Section E, Resumes of Key Personnel, CRITERION 1, PROFESSIONAL QUALIFICATIONS: Professional qualifications of the proposed team members assigned to this A/E services contract in the performance of the required services and in the types of projects related to POL systems shall be evaluated. All key personnel must be professionally registered/ accredited in their discipline. At least one of the key personnel shall be American Petroleum Institute (API) 653 certified and at least one of the key personnel shall be API 570 certified. The prime contractor shall have a minimum of two professionally registered engineers on staff that demonstrate a minimum 5 years POL design experience (each) and shall perform the work anticipated under this contract. Additionally, the two on staff engineers' described above shall be either a licensed Mechanical and/or Petroleum engineer. The Project Lead shall be a professionally registered engineer and a staff member of the prime A-E firm. Recent projects completed in California may be considered more favorably in the evaluation process. Submission Requirements: Provide brief resumes of each proposed team member who will specifically perform the required services (as listed above). All key personnel must be professionally registered/accredited in their discipline, include the state, license/accreditation number and the expiration date of registration. Provide the level of education achieved and the number of years engaged in the discipline. Identify the key personnel for the Design Quality Control (QC) program. Resumes for QC shall demonstrate QC experience. Resumes for the API certified engineer(s) should demonstrate experience with API Inspections and resumes for POL designer(s) should show experience in designing and in meeting POL related federal, state and local environmental regulations (e.g. Marine Oil Terminal Standards (MOTEMS), Chapter 49 of the CFR. Each resume shall include a maximum of five (5) specific, recently completed projects that best illustrate the individual member's qualifications in performing the listed services. A specific project is a single project/function contract or a single task order under an Indefinite Delivery Indefinite Quantity or On-Call type Contract. "Recent" is defined as professional services completed within the past five years prior to the SF330 due date. Projects not meeting these requirements will not be considered. Submit projects in which the key personnel have a significant role. Submit a brief description of the project within block 19 of SF330, Section E requirement. In addition, address key elements for each project by describing: 1) The role and responsibilities of the individual in this project; 2) The specific A-E services performed by the individual in this project. SF 330, Part 1, Section F, Example Projects, CRITERION 2, SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: Specialized experience and technical competence of the proposed team members assigned to this project in the performance of the required services and in the types of projects related to POL systems shall be evaluated. Recent projects completed in California may be considered more favorably in the evaluation process. Submission Requirements: For the proposed team, submit a maximum of ten (10) specific, recently completed projects that best illustrate overall team experience in the required services and in the types of projects listed above. A specific project is a single project/function contract or a single task order under an Indefinite Delivery Indefinite Quantity or On-Call type Contract. "Recent" is defined as professional services completed within the past five years prior to the SF330 due date. Projects not meeting these requirements will not be considered. If the project is a Department of Defense/ Government contract, include the complete contract number and the task order number, if applicable. Submit a brief description and project relevance to this contract within block 24 of SF330, Section F. Firms with multiple offices shall indicate which office performed the services. In addition, address key elements for each project by describing: 1) Specific A-E services performed by the firm; 2) The projects sustainable features and the POL related regulations they had to comply with. If the proposed team is a Joint Venture (JV), information should be submitted as a Joint Venture; however, if there is no information for the JV, information should be submitted for each JV partner, while ensuring you do not exceed the maximum of ten (10) projects for the proposed team. If a project was performed by a JV, and all JV partners are not on the proposed team for this contract, the firm should specifically address the work performed by the JV partner teaming up on this contract. Likewise, if the team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the team member. Discuss the specific roles and responsibilities of the team member for each project. If the work performed by the entity/entities is not clearly delineated on this submittal, the project may not be considered for evaluation. SF330, Part 1, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF 330 Instructions. From the total projects listed in Section F, provide a maximum of ten (10) projects. SF330, Part 1, Section H, Additional Information requested by Agency. Address the remaining Criteria 3 through 7; additional sheets may be used up to the maximum of 30 total pages for Part 1, if required. See submission requirements. Clearly identify the Criterion number and title. CRITERION 3, CAPACITY: Capacity to accomplish the work in the required time shall be evaluated. Submission Requirements: Submit a narrative that demonstrates firm's capacity to accomplish work in required time frames. Address key elements by identifying and discussing: 1) Present workload; 2) Availability of the project team (including subcontractors) for the specified contract performance period; 3) Capacity to accomplish multiple, large and small tasks simultaneously; 4) Available specialized equipment and computer software; 5) Key personnel and team members' current and/or prior security clearances. CRITERION 4, PAST PERFORMANCE: Past performance with relevant contracts/projects with Government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules with emphasis on example projects presented in Section F. Firms will be evaluated based on past performance assessments and other available information regarding past performance. Points of contact provided in other criteria may be contacted. A proposal with no record of relevant past performance information shall be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation process. Submission Requirements: Show past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Submit an A/E Contractor Appraisal Support System (ACASS) or Past Performance Questionnaire (PPQ) evaluations for each project listed under Criterion 2. If a completed ACASS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS evaluation, the PPQ included in this notice shall be provided for the offeror or its team members to submit to the client for each project. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN AN ACASS EVALUATION IS AVAILABLE. If an ACASS evaluation is not available, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF 330. If the offeror is unable to obtain a completed PPQ from a client for a project before the response date set forth in this notice, the offeror should complete and submit with their response the first page of the PPQ (Attachment #1), which will provide contract and client information for the respective projects. Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Southwest, Code RAQ20, Attn: Betty Kimes via email at betty.kimes@navy.mil, prior to the response date. Offerors shall not incorporate by reference into their response PPQs or ACASS evaluations previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS evaluations and PPQ's shall not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document. For each project provided as experience in Section F, list applicable awards and commendations. Submit a narrative to demonstrate quality of past performance in terms of the effectiveness of the cost control process. Describe the firm's overall cost estimating procedures including: 1) any cost differences among budget amount, final design estimate, and award amount for at least five recently completed projects listed in Criterion 2; 2) reasons of cost differences; 3) the team member name(s) who is/are responsible for implementing and monitoring this process. CRITERION 5, LOCATION AND KNOWLEDGE OF THE LOCALITY: Firm's location within and demonstrated knowledge of the general geographical areas in which projects could be located shall be evaluated. The work for this contract shall occur at various Navy and Marine Corps facilities and other military installations located in Arizona, California, Colorado, Nevada, New Mexico and Utah. The majority of work will be in Southern California. Prime A-E firms with a local office in the Southern California area may be given more consideration in the evaluation process Submission Requirements: Submit a narrative that demonstrates the firm's knowledge of and experience in the general geographical area of this contract. Address key elements by identifying and discussing: 1) The firm's location of main offices, branch offices, and subconsultants' offices; 2) The team's knowledge of and availability to work in the geographical area; 3) Ability of the firm to ensure timely response to requests for onsite support. CRITERION 6, QUALITY CONTROL: Demonstration of the Quality Control (QC) program used by the firm that ensures technical accuracy and cross coordination among disciplines shall be evaluated. Firms that demonstrate a QC process that minimize the government's effort to QA the AE's work may be considered more favorably in the evaluation process. Submission Requirements: Submit a narrative that demonstrates the QC program used by the firm that ensures technical integrity of provided services. Address key elements by identifying and describing: 1) The QC process the team uses to ensure consistent quality work across the entire team (including subcontractors) is implemented; 2) The team's QC processes for checking documents for coordination errors, omissions, conflicts, and discrepancies in the design/report documents; tracking, and incorporating review comments. CRITERION 7, VOLUME OF WORK: Volume of DOD work awarded to firm in past 12 months with objective of equitably distributing contracts among firms, including minority owned firms and firms without prior DOD contracts shall be evaluated. The government will extract data from the Federal Procurement Data System (FPDS) for use in evaluation of this criterion. Submission Requirements: State the dollar amount of work previously awarded to the firm identified in the SF330 as the Prime by DOD in the past 12 months. Joint Ventures (JV) should list awards to the JV entity and separately list awards to each individual JV member for the time period. Do not include work performed as a Subcontractor. SELECTION INTERVIEW REQUIREMENTS: Personal interviews may be scheduled for firms slated as most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF 330 submittal. Elaborate presentations are not desired. Please note Joint Ventures (JV) slated for interviews will be required to provide copy of the JV agreement prior to interview. ADDITIONAL INFORMATION: All information must be included in the SF 330 package, (cover letter, attachments and excess number of pages will be excluded from the evaluation process). System for Award Management (SAM) Database: Ensure your firm has an active SAM entity record. SAM is a Federal Government owned and operated free web site that consolidates the capabilities of CCR (Central Contractor Registration), ORCA (Online Representations and Certifications Application), and EPLS (Excluded Parties List System). SAM is the primary Government repository for current and prospective federal awardee information. Please complete your SAM registration for the same name and address identified as the submitting office on your SF330, with its associated CAGE code and DUNS or DUNS+4. Registration instructions and information can be accessed from the SAM home page at: https://www.sam.gov In accordance with the Brooks Act, the AE Firm must be a registered/licensed architectural and/or engineering firm. Provide evidence that your firm, subcontractor or proposed team members are permitted by law to practice the profession of Architecture or Engineering, i.e. State registration number, a brief explanation of the firm's licensing in states that do not register firms, etc. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed SF330 package per the submission requirements to the office shown below. One copy of the submittal package (original, plus 2 copies and 1 CD) is to be received in this office (NAVFAC Southwest, Attn: Betty Kimes, Code RAQ20.BK, 1220 Pacific Highway, San Diego, CA 92132) no later than, 2:00 P.M. Pacific Standard Time on January 27, 2014, in order to be considered. Facsimile and emailed SF 330's will not be accepted. Submittals received after this date and time will not be considered. Read the following information carefully. It is an Offeror's responsibility to deliver its SF 330 to the proper place at the proper time which includes allowing a reasonable amount of time for the delivery of the SF 330 (FAR 15.208(a)). Offerors shall ensure that SF 330s are mailed or sent by courier in a timely manner to be delivered to the NAVFAC Southwest facility no later than the date and time stated in this notice. An Offeror risks the late receipt and rejection of their SF 330 when it delays delivering its SF 330 until the last few minutes before the time set for receipt of SF 330s. Offerors intending to deliver the SF 330 in person to the facility at the address above are cautioned that this NAVFAC Southwest facility is located in downtown San Diego. It is recommended that the Offeror allows for delays in driving through downtown San Diego caused by traffic (both freeway and downtown), train/trolley crossing, parking at the pay lots/meters near the facility, and gaining access to a secure Government facility. No parking or offloading of SF 330s is available at the Government facility. SF 330s are to be delivered to the mailroom in Building 128 and reasonable time shall be allowed for the person in the mailroom to receive and time stamp the SF 330. The stamp time is determined from the NAVFAC Southwest facility mailroom time stamp and not any other time keeping equipment that the Offeror may own. Immediately upon SF 330 delivery the Offeror shall leave the Government facility. An Offeror that does not leave the premises may be requested to leave or be escorted off the premises. THIS IS NOT A REQUEST FOR PROPOSAL. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. It is the offeror's responsibility to check the NAVFAC electronic solicitation website NECO (Navy Electronic Commerce Online) at: https://www.neco.navy.mil for any revisions to this announcement or other notices. Plan-holder list is available via the NECO website and an Interested Vendors List is available via the FedBizOpps website, www.fbo.gov, under this solicitation number. Address inquiries via email: betty.kimes@navy.mil or via telephone: 619-532-4261. *** END OF ANNOUNCEMENT ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N62473-14-R-0009/listing.html)
- Place of Performance
- Address: NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE, ATTN: Code RAQ20.BK, 1220 Pacific Highway, San Diego, California, 92132, United States
- Zip Code: 92132
- Zip Code: 92132
- Record
- SN03264201-W 20140111/140109234518-115878be03e8e487387713e9b5b7f4d0 (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 |