Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
SOLICITATION NOTICE

C -- Waterfront Inspection Services, Region Two (2) CONUS.

Notice Date
4/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N39430 NAVFAC EXWC, Port Hueneme 1000 23rd AVE Port Hueneme, CA
 
ZIP Code
00000
 
Solicitation Number
N3943014R1420
 
Response Due
5/9/2014
 
Archive Date
5/10/2014
 
Point of Contact
Ted Fleet 805-982-2914
 
E-Mail Address
Contact Email Address
(theodore.fleet@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254s AND SF 255s WILL NOT BE CONSIDERED. THIS ACQUISITION IS RESERVED EXCLUSIVELY FOR 100% TOTAL SMALL BUSINESS SET-ASIDE. IT IS FOR ONE (1) INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) SINGLE AWARD CONTRACT WITH FIRM FIXED PRICE TASK ORDERS FOR ARCHITECT-ENGINEER (A-E) SERVICES for Naval Engineering and Expeditionary Warfare Center (EXWC), Port Hueneme, California. The applicable North American Industry Classification (NAICS) Code 541330 Engineering Services (size standard $14M). A: This synopsis is for services for underwater and above water inspection, material condition assessment, engineering and design services in support of Sustainment, Restoration and Modernization (SRM) and Military Construction (MILCON) projects at DoD waterfront and ocean facilities at various locations in CONUS Region Two (2). CONUS Region 2 is defined as follows: Mid-Atlantic area, specifically Maryland, Washington D.C., and Virginia. The scope includes, but is not limited to, field investigations, underwater inspections; engineering analysis of waterfront and ocean facility structural, geotechnical, mechanical and electrical systems and component conditions in comparison to design requirements, previous inspection reports and/or existing drawings of the facilities; review of construction plans and specifications of engineering features and related work associated with waterfront and ocean facility construction and repair; engineering calculations for structural analysis with or without previous design calculations; failure analysis and forensic engineering; waterfront and ocean facility engineering feasibility studies; design of facility repairs; preparation of Design/Build RFPs and Invitation For Bid contract plans and specifications; environmental studies in support of permit applications to federal, state, and local regulatory agencies; preparation of required permit documentation; design of underwater instrument and cable arrays, associated power and data cable installation and termination, including fiber optic elements; design of underwater instrument support structures and assemblies; design of termination junction boxes and support structures; design of underwater cable installation using horizontal direction drilling technology, including the establishment of directional drilling monitoring and response criteria to minimize environmental effects of directional drilling; documentation of findings and report preparation; cost estimation for waterfront and ocean facility rehabilitation; construction and installation schedules, development of maintenance action plans, underwater geotechnical and above water surveying. Projects under the contract shall be awarded on individual task orders. The types of task order submittals may include, but are not limited to, inspection and condition assessment reports, engineering alternatives analyses and basis of repair/design reports, engineering calculations, engineering plans and specifications, construction cost estimates, seismic assessment, hydrodynamic analysis, soil borings/tests, and technical reviews. Additional products and services may include construction contract drawings using computer-aided design and drafting (CADD), per the A/E CADD Standard, and specifications produced in SPECSINTACT with Standard Generalized Markup Language (SGML) using the Unified Facilities Guide Specifications (UFGS); Building Information Model (BIM) Modeling, Waterfront UNIFORMAT II classifications standard; contract bid analyses; post construction award services (PCAS); Title II inspection services; database design, construction and population; procedures and guidelines reports; static and dynamic structural analyses using finite element computer modeling; two and three-dimensional structure modeling and rendering; seismic vulnerability assessments, including use of finite element models and time history acceleration data for linear and/or nonlinear analyses of critical elements and development of retrofit schemes and nonlinear dynamic soil-structure interaction (SSI). A waterfront facility is defined as any structure located on the waterfront, in connection with, or potentially in contact with, water or the marine environment. This would include inland structures that require underwater investigations. Waterfront facilities include, but are not limited to, piers, wharves, bulkheads, quaywalls, offshore towers, dams, levees, water control structures, instrument support structures, dry docks, moorings, underwater cables, or any similar structure. All waterfront facility assessments, including underwater inspections will be performed under direct control and supervision of registered professional engineer-divers. For each underwater assessment, one registered professional engineer-diver shall be appointed as the engineer-in-charge (EIC). That EIC shall dive at least 50% of the time, supervise the writing of the detailed inspection report, and write at least 50% of the detailed inspection reports. The other engineers on-site may write the balance of the inspection report. The EIC shall ensure that all field inspection operations, including diving, are performed in accordance with U.S. Army Corps of Engineers Safety and Health Requirements EM 385-1-1 (September 2008). The A&E firm/team shall have the capacity to support at minimum three simultaneous facility inspections while still meeting the requirements of the contract for prime contractor performance. B: This synopsis will result in the award of a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for work to be accomplished in CONUS Region Two (2). Each Task Order under this contract will be fixed price. Pricing information will be requested of the selected firm for each Task Order. The duration of the contract will be for one year from the date of an initial contract award (Base year), with four (4) additional one-year option ordering periods. The aggregate value of all Task Orders issued under the contract resulting from this solicitation shall not exceed $15,000,000.00. This is a combined value for base and all option years. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government. If the dollar capacity of the previous year has not been utilized, the capacity will be added to the following option year (if exercised). The IDIQ contract type minimum guarantee of $10,000 for the entire contract term, including option years, will be satisfied either by the award of an initial Task Order or multiple Task Orders. Individual Task Orders are expected to range, on average, between $50,000 and $500,000. The prime contractor is required to perform 50% of the work (in dollars). Contractor personnel working on this contract shall be U.S. Citizens. Security Requirements: Work performed will be at the SENSITIVE BUT UNCLASSIFIED level. The government does not anticipate the need for a security clearance, however, if clearances are subsequently required the contractor shall comply with SECNAV M5510.30, SECNAV Instruction M-5239.2, and Department of Defense (DoD) 8570.01-M. The contractor shall establish and maintain an access list of those employees working on the Contract. C: Evaluation and selection will be based on most highly qualified firm upon evaluation of the criteria stated herein. The A/E must demonstrate his/her and each key consultant qualifications with respect to published evaluation criteria for all services. The firms must demonstrate key qualifications with respect to the following evaluation criteria for all proposed services under this solicitation. Evaluation criteria are listed in descending order of importance. Specific criteria includes: (1) PROFESSIONAL QUALIFICATIONS: Professional qualifications and technical competence of the personnel proposed for this contract. Professional qualifications include professional registrations and/or relevant technical certifications of the personnel assigned to the contract. Each résumé shall include a maximum of five (5) specific completed projects that best illustrate the individual personnel ™s experience. Qualifications for all diving personnel proposed for this contract shall include, but are not limited to, training certifications and medical certifications issued as required under Contract Diving Operations sections 30.A.06 through 30.A.10 of the U.S. Army Corps of Engineers EM 385-1-1 (September 2008). Listed qualifications must demonstrate that the prospective firm has performed contract diving work on a regular and routine basis for at least the past three years and is able to accomplish such work in a safe and efficient manner. Contractor must state that no "willful" OSHA violations have occurred within the past 3-year period. If any, provide detailed description of violation(s). (2) SPECIALIZED EXPERIENCE: Specialized experience of the proposed team members. Specialized experience conducting waterfront inspections for government agencies and the ability to quickly mobilize worldwide. This criterion includes experience in the following areas: a) Design and engineering services for repairs of waterfront and ocean facilities, including feasibility studies. b) Structural condition assessments, including the use of destructive and non-destructive (NDT) techniques. c) Static and dynamic structural analyses, including seismic vulnerability assessments and vessel/structure interaction analyses of waterfront facilities using computer aided tools. d) Geotechnical investigations related to pile and gravity based foundations. e) Testing and evaluation of structural material samples. f) Evaluation of both impressed current and sacrificial anode type cathodic protection systems on waterfront and submerged structures. g) Preparation of waterfront facilities repair cost estimates, including Form DD1391. h) Design and engineering services associated with underwater instrument and cable arrays, including the use of horizontal directional drilling. i) Provide engineering submittals in electronic format(s). (Submittals include, but are not limited to: contract bid documents, inspection reports, three dimensional structure models and renderings. (3) SAFETY: (a) Submittal Requirements: The Offeror shall submit the following information: (For a partnership or joint venture, the following submittal requirements are required for each contractor who is part of the partnership or joint venture; however, only one safety narrative is required. EMR and DART Rates shall not be submitted for subcontractors.) (A) Experience Modification Rate (EMR) For the three previous complete calendar years (2011, 2012, 2013), submit your EMR (which compares your company's annual losses in insurance claims against its policy premiums over a three year period). If you have no EMR, affirmatively state so, and explain why. Any extenuating circumstances that affected the EMR and upward or downward trends should be addressed as part of this element. (B) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate For the three previous complete calendar years (2011, 2012, 2013), submit your OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate, as defined by the U.S. Department of Labor, Occupational Safety and Health Administration. If you cannot submit an OSHA DART Rate, affirmatively state so, and explain why. Any extenuating circumstances that affected the OSHA DART Rate data and upward or downward trends should be addressed as part of this element. (C) Subcontracting Safety Narrative Describe the plan that the Offeror will implement to evaluate safety performance of potential subcontractors, as a part of the selection process for all levels of subcontractors. Also, describe any innovative methods that the Offeror will employ to ensure and monitor safe work practices at all subcontractor levels. The Subcontracting Safety Narrative is limited to two pages. (b) Basis of Evaluation: The Government is seeking to determine that the Offeror has consistently demonstrated a commitment to safety and that the Offeror plans to properly manage and implement safety procedures for itself and its subcontractors. The Government's safety evaluation will collectively consider the following three elements for each offeror: (1) Experience Modification Rate; (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate; and (3) Subcontracting Safety Narrative. (A) Experience Modification Rate (EMR) The Government will evaluate the EMR to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rating. Lower EMRs will be evaluated more favorably. For consistency, as a general guideline, the Government will use the table below to assist in evaluating the EMRs of the offerors. Risk EMR Very Low Risk Less than 0.6 Low Risk From 0.6 to less than 0.8 Moderate Risk From 0.8 to 1.0 High Risk Greater than1.0 to 1.1 Extremely High Risk Greater than 1.1 (B) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate The Government will evaluate the OSHA DART Rate to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rates. Lower OSHA DART Rates will be evaluated more favorably. For consistency, as a general guideline, the Government will use the table below to assist in evaluating the DART rates of the offerors. Risk DART Rate Very Low Risk Less Than 1.0 Low Risk From 1.0 to 1.99 Moderate Risk From 2.0 to 2.99 High Risk From 3.0 to 4.0 Extremely High Risk Greater than 4.0 (C) Subcontracting Safety Narrative The Government will evaluate the subcontracting safety narrative to determine the degree to which subcontractor safety performance will be considered in the selection of all levels of subcontractors on the upcoming project. The Government will also evaluate the effectiveness of the methods that the Offeror will employ to ensure and monitor safe work practices at all subcontractor levels. (4) PAST PERFORMANCE: Past performance on projects of similar size and scope and location, CONUS and OCONUS. Demonstrated long-term government or private business relationships, repeat business on related efforts and construction support are valued. Provide a listing of all excellent performance ratings and letters of commendation from both private and Department of Defense (DOD) clients (designate your role: prime, consultant, or joint venture partner). Ratings must be within the last five (5) years. (5) QUALITY CONTROL: A narrative of the firm's quality control methods outlining specific personnel (including their discipline/specialty) and procedures for above- water field inspections and diving operations, technical report preparation, structural assessments, analysis and design services is required for review. Of special interest are the QC processes in place that minimize the Governments effort to QA the firm's work product for errors, omissions, and quality. (6) CAPACITY: Capacity to accomplish the work, including multiple task orders, in the required time. Submission Requirement: a) For each design team firm, list all current projects being designed in the design team firm ™s office with a current design fee of greater than $500,000. For each project, identify the current design fee, the current stage of design, and the anticipated design completion date. Indicate the firm ™s present workload and the availability of the project team (including subconsultants) for the specified contract performance period; b) For each design team, describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; and c) Discuss how surge workload would be managed. Firms will be evaluated on the extent to which they identify their approach to managing subcontractors in support of executing planned and emergent workload requirements for the Navy. (7) LOCATION: Firm ™s experience working in diverse cultural and technical environments (provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract). Firm ™s access to and, to the extent feasible, demonstrated knowledge of the general geographical areas in which projects could be located. Indicate locations of firm ™s main offices, branch offices, and sub-consultants ™ offices. Describe and illustrate the team ™s knowledge and availability to meet project requirements on a worldwide basis. Firms will be evaluated with respect to the general geographical area of the contract and their knowledge of local codes, laws, permits and construction practices of the area of the contract. (8) 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. Identify examples indicating design team (including consultants) experience and concepts employed for sustainability of DOD waterfront and ocean facilities and systems. Sustainable design elements as pertaining to DOD Fuel systems include: 1) Minimization or elimination of toxic and harmful substances in facilities and the surrounding environments; 2) Facility maintenance and operational practices that reduce or eliminate harmful effects on people and natural environment; and 3) Efficiency in resource and selection of materials and products appropriate for the environment. D: Estimated start date for this contract is March 2015. In accordance with DFAR 252.204-7004, to be eligible for contract award, a firm or joint venture must be registered in the Department of Defense (DoD) System for Award Management (SAM). Registration can be submitted via http://www.sam.gov. The System for Award Management (SAM) is the Official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site. SF-330's shall not exceed 50 printed pages (double sided is considered to be two pages/organizational charts and photographs excluded. Exception: photographs with text will be considered as a page). All information must be included on the SF-330 (cover letter, other attachments and pages in excess of the 50 page limit will not be included in the evaluation process). Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction contract or procurement or supplies, cannot provide the construction or supplies. This limitation also applies to subsidiaries and affiliates of the firm. Further clarification for completion of SF-330; SF-330 Part I is limited to 50 pages, Part I, Section D, Organizational chart is not included in the 50 page limit. SF-330 Part II is limited to one page for the prime contractor and one page for each sub contractor. In Part I, Section B, block 5, include the firms Tax Identification Number and DUNS number. Part I, block 16 include what year(s) the degree(s) was received. Part I, Block 17 include what year(s) the Professional Registration(s) was first issued. Part II, block 5(b), Small Business Status - do not leave this blank. One (1) electronic copy and three (3) hard (paper) copies of the submittal package are to be received in this office no later than 10:00 a.m., Pacific Time on May 9, 2014. Submittals received after this date and time will not be considered. Facsimile SF-330's will not be accepted. Site visits will not be arranged during the submittal period. Electronic copy must be sent to Ted Fleet at theodore.fleet@navy.mil. Three hard copy responses are to be submitted to EXWC ACQ71, NAVFAC Naval Base Ventura County, 1100 23rd AVE, Bldg. 1100, Port Hueneme, CA 93043-4347, Attn: Ted Fleet. Outside corner of mailing envelope shall be labeled as follows: N39430-14-R-1420 A/E Waterfront Inspection Services CONUS Region 2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a89791435ac8925d0ccd0b60cba3fe72)
 
Place of Performance
Address: EXWC ACQ71, NAVFAC Naval Base Ventura County
Zip Code: 1100 23rd AVE, Bldg. 1100, Port Hueneme, Port Hueneme, CA
 
Record
SN03332817-W 20140410/140409021849-a89791435ac8925d0ccd0b60cba3fe72 (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.