Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
DOCUMENT

C -- Indefinite Delivery Indefinite Quantity Architect-Engineer Design Contract for Projects at Various Locations, NAVFAC HAWAII Areas - Attachment

Notice Date
6/6/2016
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
Solicitation Number
N6247816R5028
 
Response Due
7/7/2016
 
Archive Date
7/22/2016
 
Point of Contact
ALICE MENDE (808) 474-2365
 
Small Business Set-Aside
Total Small Business
 
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 solicitation is a 100% set-aside for small business concerns. The small business standard classification is NAICS 541310 ($7.5M in annual receipts over the past three years). Market research was conducted to determine whether this procurement should be set aside for women-owned small business (WOSB) and service-disabled veteran-owned small business (SDVOSB) programs. On 6 May 2016, Sources Sought Announcements OPHA1FY160001 and OPHA1FY160002 were posted on the NECO and FedbizOpps websites seeking qualified WOSB and SDVOSB firms, respectively. The results were that there was not the minimum number of qualified WOSB or SDVOSB firms to perform the type of work solicited. On 6 June 2016, the Small Business Program Office concurred with this determination. Selection of Architects and Engineers, 40 U.S.C. Chapter 11, (previously known as the Brooks Act) and Federal Acquisition Regulations (FAR) Subpart 36.6 selection procedures apply. DESCRIPTION: Architect-Engineer (A-E) services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract to include design and engineering services for multi-discipline projects at various locations under the cognizance of NAVFAC Hawaii. NAVFAC Hawaii AOR includes the state of Hawaii, however, on special occasions, work may also be required in other areas outside of Hawaii. Required A-E services are primarily architectural in nature, but a strong multi-discipline team is required. For this contract the lead discipline shall be a registered Architect. Services include, but are not limited to, design and engineering services for architectural projects at various locations under the cognizance of NAVFAC Hawaii. Services shall also include Functional Analysis and Concept Development (FACD)/design charrettes; preparation of engineering studies; construction cost estimates; cost certification; Request for Proposal (RFP) Design-Build (DB) solicitation documents; Design-Bid-Build (DBB)/Final plans and specifications contract documents; technical surveys and reports including site engineering investigation, topographical survey, geotechnical investigation, hazardous material survey, historic preservation, anti-terrorism/force protection, landscape design, energy modeling, sustainable design third party certification documentation, and others; Comprehensive Interior Design (CID), including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF and E); as-built drawings; Post Construction Award Services (PCAS); and other miscellaneous services, as required. PCAS consist of technical consultation during construction, including, but not limited to, review of construction submittals, site visits, operations and maintenance support information, record drawings, and other miscellaneous services. Architectural projects consist of, but are not limited to, design and engineering for alterations, repair of buildings, structures and minor construction of bachelor quarter, consolidated club (officer/enlisted), fire station, fitness center, dining facility, auditorium/theater, exchange/retail store, child development center, headquarters building, administration building, operations building, laboratory, aircraft hangar, maintenance shop, warehouse, armory, training facility, sensitive compartmented information facility, and other support facilities for minor new construction or building alterations, renovations and repairs type projects in Hawaii and similar tropical environments in the Pacific Ocean area. Supporting facilities may include utility connections (water, sewers, electrical, telecommunications, and cable television). 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) requirements. Evaluation and selection of the most highly qualified firm will be based on the selection criteria stated herein. The A-E must demonstrate its qualifications with respect to the published selection criteria. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: The following selection criteria, in descending order of importance, will be used to evaluate the qualifications of the A-E firms: Criterion (1). Professional Qualifications and Specialized Experience and Technical Competence of Key Personnel. (a) Professional Qualifications: Professional qualifications of key personnel proposed for the design team. Key personnel are identified in the following disciplines: Architectural, Civil, Geotechnical, Structural, Fire Protection, Mechanical, and Electrical. SUBMISSION REQUIREMENT: SF330, Part I, Section E. Identify key personnel for the design team proposed for the design of base development facility projects. Submit professional qualifications for key personnel identified, including role in this contract, number of years of relevant experience, firm name and location, education for highest relevant academic degree received, and active U.S. professional registration (include State and discipline). For Cost Estimator, U.S. professional registration is not required. (b) Specialized Experience and Technical Competence: Submit key personnels specialized experience and technical competence in the design of base development facility projects, not more than $30 million in construction value per project/contract with both Professional Services and Construction completed within the past ten years. Relevant base development facility projects shall include bachelor quarter, consolidated club (officer/enlisted), fire station, fitness center, dining facility, auditorium/theater, exchange/retail store, child development center, headquarters building, administration building, operations building, laboratory, aircraft hangar, maintenance shop, warehouse, armory, training facility, sensitive compartmented information facility, and other support facilities for new construction or building alterations, renovations and repairs type projects in Hawaii and similar tropical environments in the Pacific Ocean area. Supporting facilities may include utility connections (water, sewers, electrical, telecommunications, and cable television). Professional Services for design/engineering shall include execution of DD 1391 or similar project programming document, FACD/design charrettes, DB RFP solicitation documents, and DBB/Final Design contract documents. Professional Services for base development facility projects do not have to be within a single project scope; however, base development facility projects that contain several or all of these services will be given more favorable consideration than projects that contain only individual services. NOTE: Submission of more variety in the types of base development facility projects will be more favorably considered. Base development facility projects designed and constructed in tropical environments similar to Hawaii and similar tropical environments in the Pacific Ocean area with demonstrated understanding of facility sustainment specifically regarding energy savings will be considered more favorably. Base development facility projects designed and constructed on a military base will be considered more favorably. Specialized experience of the key personnel of the prime will be given more consideration than sub-contractors. SUBMISSION REQUIREMENT: SF330, Part 1, Section E. Each Section E shall include a maximum of five completed relevant projects in which the person had a significant role that demonstrates the persons capability relevant to his/her proposed role in this contract. These projects do not necessarily have to be any of the projects presented in Section F for the project team. Provide title, location, years design and engineering services and construction were completed, description of relevant A-E services rendered, size, cost (A-E services and construction value), the persons Specific Role in the project, the relevant base facility type (i.e. BEQ, consolidated club, etc.), and execution type (i.e. Design-Build, Design-Bid-Build). For Design-Build projects indicate whether services performed were pre-award (preparation of RFP) or post-award (Designer of Record). If a project description does not clearly define the work performed (including the specialized design and engineering service) or if a project does not provide the requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably. 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. Professional Services and Construction of projects submitted must have been completed within the past ten years, and $30 million or less in construction value per project/contract. A project 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. For IDIQs, the Government will not evaluate information provided for an IDIQ contract and will only evaluate individual task order information. Criterion (2). Firm s Specialized Recent Experience. Firms specialized recent experience in the design of relevant base development facility projects, not more than $30 million in construction value per project/contract, with both Professional Services and Construction completed within the past ten years. See Criterion (1) above for description of relevant base development facility projects and Professional Services. NOTE: Submission of more variety in the types of base development facility projects will be more favorably considered. Base development facility projects designed and constructed in tropical environments similar to Hawaii and similar tropical environments in the Pacific Ocean area with demonstrated understanding of facility sustainment specifically regarding energy savings will be considered more favorably. A subcontractors or sub-consultants specialized experience will not be given the same level of consideration as the prime contractor. The DOR on a Design-Build construction project will not be given the same level of consideration as the prime contractor. Prime contractor-subcontractors with a demonstrated history of working successfully together on prior relevant projects may be considered more favorably than those without such history. SUBMISSION REQUIREMENT: SF330, Part 1, Section F. Submit a maximum of ten (10) completed relevant projects, not more than $30 million in construction value, which best demonstrate the firms recent specialized experience in the design of base development facility projects AND Professional Services, described above in Criterion (1) above. Professional Services and Construction must have been completed within the past ten years. A project 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. For IDIQs, the Government will not evaluate information provided for an IDIQ contract and will only evaluate individual task order information. If more than ten projects are submitted for evaluation, the Government will evaluate the first ten projects and disregard any other project information after the first ten projects. Each project will include: (1) project title; (2) location; (3) years design and engineering services and construction were completed; (4) project owner; (5) point-of-contact name, e-mail address, and phone number; (6) contract number and /or project identification number; (7) contract period of performance; (8) A-E contract award amount and construction value; (9) general description of project; and (10) detailed description of specialized design and engineering which addresses the relevance of the project to this proposed contract. Identify the relevant base facility type (i.e. BEQ, consolidated club, etc.), and execution type (i.e. Design-Build, Design-Bid-Build). For Design-Build projects indicate whether services performed were pre-award (preparation of RFP) or post-award (Designer of Record) If a project description does not clearly define the work performed (including the specialized design and engineering service) or if a project does not provide the requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably. If the project description does not clearly delineate the work performed, the project will be evaluated less favorably. If a project does not provide requested data, accessible point-of-contact, or valid phone number, that project may be evaluated less favorably. Section F, Block 24 shall include a discussion of which firm executed the project as pertinent to demonstrating the offerors specialized experience. Section F, Block 25(3), ROLE, shall clearly identify firms roles as the prime contractor and sub-contractors are (e.g., Architect Prime Contractor or Architect sub-contractor). SUBMISSION REQUIREMENT: SF330, Part 1, Section G. Provide depiction which key personnel identified in Section E worked on the example projects listed in Section F. Criterion (3). Past performance on contracts with Government agencies and private industry in terms of quality of work, cost control, compliance with performance schedules, and cooperation and responsiveness. Firms will be evaluated on past performance on projects for base development facility projects relevant to Criterion (2) above with respect to work quality, compliance with schedules, cost control, and cooperation and responsiveness. SUBMISSION REQUIREMENT: SF330, Part 1, Section F and H. For each relevant project submitted pertaining to Criterion (2), Firms Specialized Experience, submit a DD2631, Performance Evaluation (Architect Engineer). In Section F, include the Performance Evaluation immediately after each project that it is associated to. If a DD2631 is not available, provide a Performance Survey (download from NECO website https://www.neco.navy.mil) and submit the Performance Survey with the SF330. NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRES previously completed for other announcements/RFPs may also be submitted. The DD2631 or Performance Survey provided in Section F will not be counted towards the SF330 page limitation. 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. It shall not be from the prime contractor on a design-build project nor shall it be from a prime contractor to a subcontractor. Past performance information not related to the projects described to meet Criterion (2) will not be considered. Past performance information provided in Section F for subcontractors or sub-consultants past performance will not be given the same level of consideration as the prime contractor. Past performance information pertaining to a non-relevant base development facility project may be given less consideration. Letters of commendation or awards are not required, and if submitted, will not be considered in the evaluation. The information provided in the SF330 may provide the major portion of the information used in the Governments evaluation for past performance. The Government however, is not restricted to the information provided by the SF330 and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS) and inquiries with previous customers/owners. PPIRS/CPARS will be evaluated for the prime A-E firm that will perform the work and search will be based upon the DUNS number provided for the prime A-E firm. PPIRS/CPARS of sub-contractors will not be evaluated. If the A-E received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the A-E to provide an explanation of the rating and what the A-E has done or will do to preclude less than satisfactory ratings on future contracts. Criterion (4). Capacity to perform the work in the required time and ability to accomplish multiple projects concurrently. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Address staffing and capacity to accomplish the work under this IDIQ contract. Address how the firm organizational construct is most efficient and effective in the execution of work. Describe the proposed teams ability to complete several large and small task orders concurrently requiring quick turnaround. Indicate the firms 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 including knowledge of current third party certification (TPC) programs provided by U.S. Green Building Council (USGBC) LEED, Green Building Initiative (GBI) Green Globes, or GBI Guiding Principles Compliance (GPC) as required by Unified Facilities Criteria (UFC) 1-200-02 High Performance and Sustainable Building Requirements. SUBMISSION REQUIREMENT: SF330, Part I, Section H. Provide specific examples on a maximum of five completed projects that applied sustainability concepts and principles through an integrated design approach. Provide a maximum of five projects that have attained or been submitted for third party certification (TPC). For projects not yet certified, identify the TPC program and 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. Third party certified projects will be considered more favorably than projects not yet certified. Discuss key sustainable design personnel experience and qualifications. Criterion (6). A-Es 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. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Describe the design quality control organization structure; and list the responsible 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. Briefly describe how the prime A-E will ensure quality consistently across the entire team and how quality of subcontractors work is assured. Briefly describe internal quality control procedures and indicate their effectiveness. Address the teams quality control processes for checking documents for errors, omissions and quality and incorporating and tracking review comments. Criterion (7). Firms 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. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Indicate location of office that will be performing the work including sub-consultants offices. Describe and illustrate the teams knowledge of the geographical area. Address ability of the firm to ensure timely response to requests for on-site support. Criterion (8). Volume of work previously awarded to the firm in the last twelve months 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: SF330, Part 1, Section H. Provide a list of DoD contracts awarded in the last 12 months as a Prime A-E and /or JV Prime A-E. Include dollar amount for each contract/task order awarded. 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. Additional information provided for each criterion shall be clearly identified with the corresponding criterion number and criterion description. (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. (4) Evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State, registration number, and years valid. (5) A statement verifying ability to meet all security clearance(s) requirements for access to military property/sites/installations, including the Shipyard Controlled Industrial Area (CIA). COMPLETE ALL PARTS OF SF330. Firms that elect to propose as a formal Joint Venture (JV), Limited Liability Companies (LLC), and Limited Partnerships (LP) shall submit the following additional documentation regarding their business entities: a. A copy of their legally binding formal JV, LLC or LP agreement. The offeror shall ensure that the Joint Venture, LLC or LP meets the requirements of 13 CFR 121.103 to 121.106 and 125.6. 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 JV/LLC/LP agreement will not be counted towards the SF330 page limitation. For eligibility requirements as a Small Business or Small Business Joint Venture, please go to https://www.sba.gov/. 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 $15,000,000 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 acceptable A-E performance under the subject contract. There will be no future synopsis in the event the options are exercised. The minimum guarantee for the entire contract term (including option years) is $10,000 and will be satisfied by the award of the initial Task Order or with a seed project negotiated and awarded concurrently with the basic IDIQ contract. 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 construction cost of project is between $25,000 and $30,000,000. Estimated date of contract award is September 2016. 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 are also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications. 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 ten 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. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300 Organizational Conflicts of Interest. The selected firm, its subsidiaries or affiliates may be tasked to assist in the preparation of a statement of work, a plan, or a specification for a construction project. This includes concept design, which includes preparation of project programming documents (DD 1391), facility studies, environment assessments, or other activities that result in identification of project scope and cost. 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. The prime firm and consultants for this contract will be required to perform throughout the contract term. Interested firms must allow sufficient time for receipt of submission. 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. Alice Mende, Alice.Mende@navy.mil. Questions submitted within 10 calendar days of the closing date may not be answered by the Government. All potential offerors are advised to check daily the Navy Electronic Commerce Online (NECO) website, https://www.neco.navy.mil or Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this pre-solicitation notice. A-E firms meeting the requirements described in this announcement are invited to submit a completed Standard Form 330, Architect-Engineer Qualifications (all sections of Parts I and II). SF 330, Part II, shall be submitted for each firm identified in Part I, Section C. The printed format 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, one-sided. The Cover Page or Transmittal Sheet is limited to one (1) page. Number each page. Except for the Organization Chart, sheets larger than 8-1/2 X 11 including fold-out sheets will not be accepted. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Your SF 330 submission is limited to 75 pages. Two copies of your SF 330 are required: One paper copy and one electronic copy on a CD. The submittal/delivery address is Commander, NAVFAC HAWAII (Code OPHA1), 400 Marshall Road, JBPHH, HI 96860-3139, (A-E Solicitation No. N62478-16-R-5028). Hand delivery will NOT be accepted. The delivery address is inside a military installation, therefore, strict security measures are in force and delays should be anticipated. This solicitation requires all interested firms to have an email address. Notifications will be via e-mail; therefore, an e-mail address must be shown on the SF 330, Part 1, Section B.8. Firms responding to this announcement by Thursday, July 7, 2016 will be considered. Firms must submit forms by 2:00 p.m. Hawaiian Standard Time (HST). This is not a request for a proposal. Point of Contact is Ms. Alice Mende, Contracting Officer, Phone (808) 474-2365, email alice.mende@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247816R5028/listing.html)
 
Document(s)
Attachment
 
File Name: N6247816R5028_PastPerfSurvey.doc (https://www.neco.navy.mil/synopsis_file/N6247816R5028_PastPerfSurvey.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6247816R5028_PastPerfSurvey.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04138803-W 20160608/160606233920-f766aa18af0aa7e18aff202ac15589d1 (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.