Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
DOCUMENT

C -- Indefinite Delivery Indefinite Quantity Contract for Architect-Engineer Services for Various Mechanical, Fire Protection and Other Projects Under the Cognizance of Naval Facilities Engineering Command - Attachment

Notice Date
5/4/2015
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
Solicitation Number
N6247815R5023
 
Response Due
6/4/2015
 
Archive Date
8/4/2015
 
Point of Contact
Rika Delaunay 808-474-9344
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation is 100% set-aside for small business concerns. The small business size standard classification is NAICS 541330 ($14 M in annual receipts over the past three years). Services include, but are not limited to, design and engineering services for various Design Build and Design Bid-Build mechanical and fire protection projects with associated multi-discipline architect-engineering support services. The services may include, but are not limited to, engineering studies/investigations; Functional Analysis Concept Development (FACD); design charettes; economic analyses; preparation of plans, specifications, cost estimates, and parametric cost estimates; as-built drawings; facility commissioning; facility retro-commissioning; Leadership in Energy and Environmental Design (LEED); and post construction services. The majority of the projects will be of the mechanical discipline. Projects may involve new construction, alteration, repair, and installation of mechanical and fire protection facilities and systems. 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 Quantity type where the work will be required on an as needed basis during the life of the contract providing the government and contractor agree on the amount. Each project contract will be a firm fixed price A-E Contract. 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 years. The Government reserves the right to exercise the option years to extend the contract term. There is no dollar limit per year. The total fee for the contract term shall not exceed $10,000,000. 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 construction cost of project is between $25,000 and $25,000,000. Estimated date of contract award is November 2015. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The following selection evaluation criteria, in order of importance, will be used in the evaluation of A-E firms: Criterion (1) Professional qualifications of firm and staff proposed for the preparation of Design Bid-Build and Design Build Request for Proposal contract documents for mechanical air-conditioning systems and controls, compressed air systems, industrial exhaust and ventilation systems, water heating systems, plumbing systems, water pumping systems, hydraulic systems, elevators/vertical transportation equipment (VTE), gas piping systems, and petroleum/oils/lubricant (POL) systems for facilities in tropical environments similar to Hawaii, Guam and Pacific Ocean areas; and the design of fire protection systems and controls, fire protection studies and surveys, fire protection investigative reports, fire hazard analysis, life safety code analysis, hydrant flow tests, fire alarm system tests, fire protection/alarm systems for aircraft hangars, warehouses, administrative facilities and other industrial facilities in tropical environments similar to Hawaii and Pacific Ocean areas. Criterion (2) Specialized recent experience and technical competence of firm or particular staff members proposed for the preparation of Design Bid-Build and Design Build Request for Proposal contract documents for mechanical air-conditioning systems and controls, compressed air systems, industrial exhaust and ventilation systems, water heating systems, plumbing systems, water pumping systems, hydraulic systems, fire protection systems, elevators/vertical transportation equipment (VTE), gas piping systems, and petroleum/oils/lubricant (POL) systems for facilities in tropical environments similar to Hawaii and Pacific Ocean areas; and the design of fire protection systems and controls, fire protection studies and surveys, fire protection investigative reports, fire hazard analysis, life safety code analysis, hydrant flow tests, fire alarm system tests, fire protection/alarm systems for aircraft hangars, warehouses, administrative facilities and other industrial facilities in tropical environments similar to Hawaii and Pacific Ocean areas; in addition fire protection discipline includes design of Anti-Terrorism Force Protection (ATFP) measures for facilities and waterways. SUBMISSION REQUIREMENT: For the proposed team, provide a maximum of ten (10) completed relevant projects along with description of correlated A-E support services rendered. Professional services of relevant projects submitted must have been completed within the past 10 years. Criterion (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. SUBMISSION REQUIREMENT: For each relevant project submitted, submit a DD2631, Performance Evaluation (Architect Engineer). If a DD2631 is not available, provide a Performance Survey, Attachment 1, and submit the Survey with the SF330. The Performance Survey shall be from the contracting agent and/or their representative responsible for the construction contract administration, or from the facility owner/user. Criterion (4) Capacity to accomplish the work in the required time. SUBMISSION REQUIREMENT: Describe the proposed team ™s ability to complete several large and small task orders concurrently requiring quick turnaround. Indicate the firm ™s current workload and the availability of the prime and sub-consultants for the specified performance period. Criterion (5) Knowledge and demonstrated experience in applying sustainability concepts and principles to facilities and infrastructure problems through an integrated design approach. SUBMISSION REQUIREMENT: Provide specific samples of a maximum of five (5) projects completed that applied sustainability concepts and principles through an integrated design approach. Discuss key personnel experience and qualifications. Criterion (6) A-Es quality control program experience. Criterion (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 Criterion (8) 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. SUBMISSION REQUIREMENT: Provide a list of DoD contracts awarded in the last 12 months. Include dollar amount for each contract/task order awarded. Firms with multiple offices shall indicate which office was awarded the contract/task order. 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 http://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). 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. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect Engineer Qualifications. Consultants to the prime A-E firm are required to submit only Part II of the SF 330. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. Should there be discrepancies between the paper and electronic submissions, the paper copy shall govern. This solicitation requires all interested firms to have an email address. Notifications will be via email, therefore, email address must be shown on the SF 330, Part 1, Section B8. The submittal/delivery address is Naval Facilities Engineering Command Hawaii, Code OPHA1:RD (N62478-15-R-5023), 400 Marshall Road, Building A-13, JBPHH, HI 96860-3139, This address is for all deliveries, including US Mail, courier service and/or personal delivery services; no other address is acceptable. The delivery address is inside a military installation, therefore, strict securities measures are in force; anticipate delays. Interested firms must allow sufficient time for receipt of submission. All questions should be submitted in writing and forwarded via email to Ms. Rika Delaunay, rika.delaunay@navy.mil. Firms responding to this announcement by Thursday, June 4, 2015 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247815R5023/listing.html)
 
Document(s)
Attachment
 
File Name: N6247815R5023_Attach1_PerformanceSurvey.doc (https://www.neco.navy.mil/synopsis_file/N6247815R5023_Attach1_PerformanceSurvey.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247815R5023_Attach1_PerformanceSurvey.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 400 Marshall Road, Building A-13, JBPHH, HI
Zip Code: 96860
 
Record
SN03718510-W 20150506/150504234207-568c5c6bc26e9657b4af4c1ee6357590 (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.