SOLICITATION NOTICE
C -- IDIQ Contract for Various Multi-Discipline A-E Projects in the NAVFAC Pacific Area of Responsibility (AOR), Primarily in Thailand, Philippines, other Southeast Asia Areas, and Oceania Areas
- Notice Date
- 2/13/2015
- 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
- N6274215R0003
- Response Due
- 3/18/2015
- Archive Date
- 4/2/2015
- Point of Contact
- Donna Matsuura 8084712235
- Small Business Set-Aside
- N/A
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. This procurement is being advertised on an unrestricted basis. The North American Industry Classification System (NAICS) Code is 541330. The Small Business size standard is $15M average annual receipts over the past three years. Services include, but are not limited to Unified Facilities Criteria (UFC) and Host Nation compliant design and engineering services for the preparation of preliminary and final construction plans and specifications, cost estimates, project engineering documentation including DD1391s and parametric cost estimate documentation, technical reports including engineering and investigations and concept studies, construction cost estimates, operations and maintenance manuals, Redi-check reviews, construction consultation, geotechnical investigations, post construction award services (PCAS), and topographic surveys as required for multi-discipline architectural-engineering projects. Projects may include, but are not limited to new construction, alterations and repair of buildings and structures in high humidity and corrosive environments similar to that found in Thailand, Philippines, other Southeast Asia Areas, and Oceania Areas, such as the Federated States of Micronesia (FSM) and the Republic of the Marshall Islands (RMI), and Australia. Title II inspection and surveillance services during the construction phase may be required. Title II services will require qualified personnel and sufficient on-site expertise. These services may also be in support of in-house NAVFAC design, US Navy Construction Battalion (CB) designs or engineering efforts for facilities primarily located in Thailand, Philippines, other Southeast Asia Areas, and Oceania Areas, such as the Federated States of Micronesia (FSM) and the Republic of the Marshall Islands (RMI), and Australia and may involve but are not limited to earth work; pavement; foundations; hydrographic; topographic; retaining walls; site characterization; architectural design; fire protection design and life safety analysis; electrical and mechanical design; structural engineering design; waterfront facilities design and coastal engineering; hazardous waste characterization; solid waste handling and disposal; and Host Nation cost estimates. The contract will be of the Indefinite Delivery Indefinite Quantity type where the work will be required on an as needed basis during the life of the contract providing the Government and A-E agree on the amount for the work intended. Each task order will be a firm fixed price A-E task order and may include IDIQ type effort within the task order. The Government will determine the task order amount by using rates negotiated and may negotiate the effort required to perform the particular project. The contract term will be a base year and four (4), one-year option periods. The total amount that may be paid under this contract (including option years) will not exceed $5,000,000.00. The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfactory performance by the A-E. There will be no synopsis in the event the options are exercised. There is no per project dollar limitation and no dollar limit per year. The minimum guarantee for the entire contract term (including option years) is $3,000. Anticipated award timeframe is October 2015. 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. Rate proposals may be subject to an advisory audit. Selection will be based on the most highly qualified firm based upon evaluation of the following selection criteria which is listed below in descending order of importance: (1) Firm ™s specialized recent experience in Unified Facilities Criteria (UFC) and Host Nation compliant designs for new construction or repair/alteration of buildings, infrastructure or other shore-based facility projects and waterfront projects located in high humidity and corrosive environments similar to that found in Thailand, Philippines, other Southeast Asia Areas, and Oceania Areas, such as the Federated States of Micronesia (FSM) and Republic of the Marshall Islands (RMI), and Australia. Provide a maximum of five (5) relevant projects completed within the past ten (10) years which best describe recent specialized experience in the specified design and engineering services discussed above. Should more than five projects be submitted, only the first five will be considered and the remaining projects will be disregarded. Each project shall include: Point of contact name (Engineering in Charge/Owner, e-mail address, phone number, contract number of project identification number, contract period of performance and contract award amount). Experience of the prime firm will be given more consideration than that of a subconsultants. (2) Key personnel ™s professional qualifications and specialized experience in the specified design and engineering services described in Selection Criteria 1. Key personnel are identified as Principal in Charge/Owner, Project Manager, Project Architect, Project Civil Engineer, Project Structural Engineer, Project Mechanical Engineer, Project Electrical Engineer, Fire Protection Engineer, Environmental Engineer, Cost Estimator, and Specification Writer. Provide a maximum of five (5) relevant projects completed within the past ten (10) years for each key person which best describe recent specialized experience in the specified design and engineering services discussed above. Should more than five projects be submitted, only the first five will be considered and the remaining projects will be disregarded. Each project shall include: Point of contact name (Engineering in Charge/Owner, e-mail address, phone number, contract number of project identification number, contract period of performance and contract award amount). (3) Past performance on recent (within the past 10 years) contracts for similar type work, i.e., UFC and Host Nation compliant designs for new construction or repair/alteration of buildings, infrastructure or other shore-based facility projects and waterfront projects located in high humidity and corrosive environments similar to that found in Thailand, Philippines, other Southeast Asia Areas, and Oceania Areas, such as the Federated States of Micronesia (FSM) and Republic of the Marshall Islands (RMI), and Australia under the Cognizance of NAVFAC PACIFIC. Firms should include any letters of commendation or awards. Firms will also be evaluated on past performance information obtained from a federal-wide database called the Past Performance Information Retrieval System (PPIRS). Past performance of the Prime Firm will be given more consideration than that of the subconsultants. (4) Capacity of the Prime A-E firm to accomplish the work in the required time. (5) Knowledge and demonstrated experience of the Prime A-E Firm in applying sustainability concepts and principles. Provide 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 teams 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. (6) Prime A-E Firm ™s Design Quality Control Program (DQCP): Firms will be evaluated on the acceptability of their internal design quality control program used to ensure 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. (7) Firm ™s 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) Volume of work previously awarded to the Prime firm by the Department of Defense within the past 12 months 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 the following items in Section H, Block 30 of the SF 330: (1) information required by evaluation criterion (3) through (8). Additional information provided in Section H that pertain to evaluation criteria (1) and (2) will not be considered; (2) an organization chard of the proposed team showing the names and roles of all key personnel listed in Section E; (3) DUNS and CAGE numbers for the Prime firm and subconsultants; and (4) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. All contractors are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract, refer to FAR 52.204-7 System for Award Management (JUL 2013). Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Website at http://www.sam.gov. The Federal Acquisition Regulations (FAR) requires the completion of electronic annual representations and certifications prior to award of a contract. This applies to the Prime AE firm only. Refer to FAR 52.204-8 Annual Representations and Certifications (DEC 2014). 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 siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and subconsultants for this contract will be required to perform throughout the contract term. 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. This solicitation requires all interested firms to have an email address. Notifications will be via e-mail; therefore, the email address must be shown on the SF 330, Part 1, Section B8. A E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. An original and two (2) copies of your SF 330 (Parts I and II) are required, along with one electronic copy on a CD. Should there be discrepancies between the paper and the electronic submission, the paper copy shall govern. Responses are due no later than 2:00 p.m. Hawaii Standard Time (HST) on 18 March 2015. The delivery addresses for your SF 330s are as follows: (1) For SF 330s being sent via United Stated Postal Service (USPS) Naval Facilities Engineering Command Pacific Code ACQ31:DM (N62742 15-R-0003) 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 15-R-0003) 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. All questions should be submitted in writing and forwarded via e-mail to Ms. Donna Matsuura at donna.matsuura@navy.mil with copies to Mr. Michael Jones at michael.jones@navy.mil no later than 4 March 2015. Questions submitted after 4 March 2015 may not be addressed due to time constraints. All potential offerors are advised to check daily the 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/N6274215R0003/listing.html)
- Record
- SN03642545-W 20150215/150213234851-c364dafb069d0d431df14855d9efeb9f (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 |