Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
DOCUMENT

C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS AND OTHER PROJECTS PRIMARILY UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMA - Attachment

Notice Date
3/6/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274217R0007
 
Response Due
4/5/2017
 
Archive Date
12/31/2017
 
Point of Contact
Shaun Chow 808-474-5914
 
E-Mail Address
Shaun Chow
(shaun.chow@navy.mil)
 
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 SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Quantity (IQ) contract for Architect-Engineer (AE) services for structural and waterfront projects and other projects. AE services include, but are not limited to, the execution and delivery of Military Construction (MILCON) project documentation (DD Form 1391); Functional Analysis and Concept Development (FACD) workshops, 1391/Design Charettes; Design-Build (DB) Request for Proposal (RFP) solicitation documents; Design-Bid-Build (DBB) Design contract documents; technical surveys and reports including concept studies, site engineering investigation, topographical survey, geotechnical investigation, hazardous material survey, munitions of explosive concern (MEC) survey, hydrographic survey, and others; construction cost estimates; Collateral Equipment (CEQ) Buy Packages; Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF and E); and Post Construction Award Services (PCAS). 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. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide recommendations 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. Services will be performed primarily in areas that are under the cognizance of Naval Facilities Engineering Command but may also include work worldwide. The outcomes for this acquisition are consistent with the FAR 37.101 definition of service contracts. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of one year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $40,000,000. The guaranteed minimum for the contract term (including option years) is $10,000. Firm-fixed price task orders will be negotiated for this contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project work assignment. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is October 2017. This proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Engineering Services. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. SELECTION CRITERIA: Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or provide complete information may affect the firm ™s evaluation or disqualify the firm from further consideration. The following selection criteria, in descending order of importance, will be used to evaluate the qualifications of the A-E firms: Criterion 1 - Firm ™s Specialized Experience: Firms will be evaluated for specialized experience in relevant projects that involved the execution of DD 1391 or similar project programming document, FACD/design charettes, DB RFP solicitation documents, DBB design contract documents and structural studies. Submission of more variety of specialized experience will be more favorably considered. Relevant projects include new construction/repair/alteration of bridges and waterfront facilities such as piers and wharves; and buildings such as bachelor enlisted quarters, consolidated club (officer/enlisted), fire station, fitness center, dining facility, auditorium/theater, exchange/retail store, school, headquarters building, administration building, aircraft hangar, maintenance shop, distribution warehouse, and armory; in tropical environments similar to Hawaii and Guam. Submission of more variety in the types of facility projects will be more favorably considered. New construction projects shall be $20 million or more in construction value per project/contract and completed within the past ten (10) years immediately preceding the date of issuance of this notice. Repair/alteration projects shall be $15 million or more in construction value per project/contract and completed within the past ten (10) years immediately preceding the date of issuance of this notice. Submission requirements: SF330, Part I, Section F: Provide a maximum of five (5) projects demonstrating specialized experience in relevant projects. Sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part 1, Section F, block 25, œFirm Name . Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. The submission should include a discussion of who executed the project as pertinent to demonstrating the offeror ™s specialized experience. For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects may be submitted for either joint venture partner, not to exceed a total of five (5) relevant projects. A sub-contractors or sub-consultants specialized experience will not be given the same level of consideration as either the prime contractor or the JV partner(s). Prime contractor-sub-contractor/JVs/LLCs/LTDs with a demonstrated history of working successfully together on prior projects may be considered more favorably than those without such history. Each project shall include project title and location; year completed; project owner; point-of-contact name, e-mail address, and phone number; contract number or project identification number; contract period of performance; contract award amount; and description of project and relevance to this solicitation. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated. All information for Criterion 1 shall be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Criterion 1. Criterion 2 - Key Personnel ™s Professional Qualifications, Specialized Experience and Technical Competence: Key personnel will be evaluated for (a) Professional Qualifications - Professional qualifications of key personnel proposed for two (2) design teams and (b) Specialized experience and technical competence in relevant projects that involved the execution of DD 1391 or similar project programming document, FACD/design charettes, DB RFP solicitation documents, DBB design contract documents and studies. See Selection Criteria 1 for description of relevant projects. Submission of more variety specialized experience and more variety of types of facilities will be more favorably considered. Submission Requirements: (a) Professional Qualifications: SF330, Part I, Section H. Identify key personnel for two (2) design teams. Key personnel for each team shall be limited to the following: Principal-in-Charge of the prime A-E firm, Project Manager, Structural Project Engineer, Project Architect, Mechanical Project Engineer, Electrical Project Engineer, Civil Project Engineer, Fire Protection Project Engineer, and Cost Estimator. SF330, Part I, Section E. Submit professional qualifications for proposed key personnel, including active U.S. professional registration, number of years of experience, role in this contract, firm name and location, and education. For Cost Estimator, indicate years of experience, role in this contract, firm name and location, and education. Professional registration for Cost Estimator is not required. Professional qualifications of personnel of the design teams other than the key personnel (e.g., Architect, Structural Engineer, Mechanical Engineer, Electrical Engineer, Civil Engineer, Fire Protection Engineer, Environmental Engineer, Geotechnical Engineer, Topographic Surveyor, etc.) shall not be submitted, and if submitted, will not be considered in the evaluation. (b) Specialized Experience and Technical Competence: SF330, Part I, Section E. Specialized experience and technical competence shall be limited to the two (2) Project Managers. Relevant project information for other key personnel is not required and if submitted, will not be considered in the evaluation. For these other key personnel, complete Blocks 12 through 18; and leave Block 19, Relevant Projects, blank. Complete one Section E for each Project Manager, providing all requested information. Submit a maximum of five (5) relevant projects for each Project Manager, demonstrating specialized experience in relevant projects. A project is defined as either a stand-alone contract or a single task order in an IDIQ contract having the features described above. If more than five (5) projects for each Project Manager are submitted, the Government will evaluate the first five (5) projects listed in Part I, Section E and disregard any other project information. Each project shall include project title and location, year completed, brief description, point-of-contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, contract award amount, and the role and experience the Project Manager had in performing the project. If a project description does not clearly define the work performed by the Project Manager (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. Criterion 3 - Past Performance: Firms will be evaluated on past performance of relevant projects with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTE: Past performance information for projects listed under Criterion 1 may be given greater weight. Submission Requirements: SF330, Part I, Section H: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS/ACASS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. PPQ ™s shall be from the contracting agent and/or their representative responsible for the 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. IF A CPARS/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 SF330. Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Governments point of contact, Naval Facilities Engineering Command Pacific, Code ACQ31, Attn: Shaun Chow via email at shaun.chow@navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS 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. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience. Firms may also address any adverse past performance issues. Information shall not exceed two double-sided pages (or four single-sided pages) in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4 - Capacity: Firms will be evaluated on the firm ™s capacity to accomplish the work in the required time and ability to accomplish multiple projects concurrently. Submission Requirements: SF330, Part I, Section H. Address staffing and capacity to accomplish the work under this IDQ contract. Address how the firms organizational construct is most efficient and effective in the execution of work. Assume two (2) separate design teams will execute two (2) large projects concurrently. Identify team composition (prime A-E firm, sub-contractor/sub-consultant of major design disciplines, and other required design firms) and personnel (key personnel and other personnel of major design disciplines only). For all key personnel identified in Selection Criteria 2, explain their roles and responsibilities in the proposed organization. If the same key personnel are proposed for more than one (1) design team, provide explanation substantiating such designation and ability to accomplish multiple projects concurrently. Describe the firm ™s present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. Criterion 5 - 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 or equivalent. Submission Requirements: SF330, Part I, Section H. Provide a maximum of three (3) 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 three projects are submitted for evaluation, the Government will evaluate the first three projects and disregard any other project information after the first three projects. LEED certified projects will be considered more favorably than projects not yet certified. Discuss key LEED personnel experience and qualifications. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. Criterion 6 - Design Quality Control Program (DQCP): Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors. Submission Requirements: SF330, Part I, Section H: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: 1. Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. 2. Provide a quality control process chart showing the inter-relationship of the management and team components. 3. Describe specific quality control processes and procedures proposed for this contract including checking documents for errors, omissions, and quality; and incorporating and tracking review comments. 4. Describe how the prime A-E will ensure quality consistently across the entire team and how quality of sub-contractor ™s work is assured. 5. Describe internal quality assurance procedures and indicate the level of effectiveness. 6. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 7. Describe how the firm ™s quality control program extends to management of subcontractors. Criterion 7 - Commitment to Small Business: Firm ™s will be evaluated based on (a) the extent to which the firm has demonstrated a history of successfully supporting Government policies concerning utilization of small business concerns including, when applicable, achievements against established small business subcontracting plan goals and (b) the levels of small business participation proposed, the degree of commitment to use the named sources for this acquisition, and the realism and the likelihood of success in achieving the small business objectives of this acquisition. Submission Requirements: SF330, Part I, Section H. All prime firms shall provide a narrative to describe their achievements in supporting the Government ™s policy to provide maximum practicable opportunities for small business (SB), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone) small business, small disadvantaged business (SDB), and women-owned small business (WOSB) concerns to participate as subcontractors consistent with efficient contract performance. In support of narrative submissions: 1. All prime firms shall submit small business subcontracting information associated with each project submitted for consideration under Criterion 1, Firm ™s Specialized Experience in the format provided in Attachment B, Small Business Subcontracting Record. 2. Prime firms representing as other than small businesses shall also provide copies of the most current individual subcontracting reports (ISRs) associated with each project submitted for consideration under Criterion 1, Specialized Recent Relevant Experience/Technical Competence if a small business subcontracting plan was required by the contract. If such projects were completed under specific task orders, provide ISRs for the overall contract. For cited projects with state and local government agencies, provide similar subcontracting performance reports if required by the contracts. When not specifically addressed in the ISR or similar report, firms shall provide explanations for all instances of failures to meet dollar or percentage goals in individual subcontracting plans. 3. All prime firms, including small business firms, shall submit a small business participation and commitment strategy including all data elements shown in Attachment C, Small Business Participation and Commitment Strategy. The NAVFAC subcontracting targets are shown below in Note (4). a. Identify in terms of dollar value and percentage of the total acquisition the extent of work the prime firm will self-perform. If submitting an offer as a joint venture, identify the percentage of work each member will be responsible for and indicate the size status of each member (e.g. small business, woman-owned small business, other than small business). b. Include supplemental narratives to address other elements of the prime firms ™ strategy such as binding agreements covering post award roles for execution of the contract and specific initiatives and tools that will be employed under the contract to enhance small businesses opportunities to both participate in this acquisition and build capabilities to support future NAVFAC acquisitions. Notes: (1) The Government reserves the right to consider information on other recent, relevant projects from all available sources. (2) If the prime firm is a new joint venture, partnership or other entity consisting of more than one firm, provide achievements information for each individual business entity that will be responsible for managing the subcontracting program and clearly describe those responsibilities. (3) Failure to provide ISRs or any other requested information must be fully explained and may negatively impact your evaluation. (4) The NAVFAC Subcontracting targets for FY17 and beyond is as follows: Small Business “ 65% Small Disadvantaged Business “ 15% HUBZone Small Business “ 6% Women-Owned Small Business “ 15% Service Disabled Veteran Owned Small Business “ 5% (5) Slated large business firms will be required to submit a Small Business subcontracting plan prior to the interview. Criterion 8 - Firm Location: Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office or offices that will be performing the work under this contract and demonstrated knowledge of the general geographic areas in which projects could be located. Evaluation of firms will include consideration of their location within the general geographic area of the anticipated projects, primarily NAVFAC Pacific AOR. Submission Requirements: SF330, Part I, Section H: 1.Indicate location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. 2.Provide a narrative describing the team ™s knowledge of the primary geographic areas to be covered by this contract. Criterion 9 - Volume of Work: Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A and E firms including small, disadvantaged business firms, and firms that have not had prior DOD A and E contracts. Submission Requirements: Firms do not submit data for this factor. SF-330 SUBMISSION REQUIREMENTS: All contractors are advised that registration in 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 Web site: https://www.sam.gov. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired. 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. The prime firm for this contract will be required to perform throughout the contract term. Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed 60 single-sided 8.5 by 11 inch pages (the page limit does not include ISRs, certificates, PPQs, licenses, nor does the page limit include cover sheets, dividers, or other requested documentation (e.g., joint venture agreement, proof of AE firm registration) provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Please include your DUNS and CAGE numbers in Block 30 of the SF-330. In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration. If a firm is in a jurisdiction that does not require AE firm registration, the firm must provide proof eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction). Failure to submit the required proof could result in a firm ™s elimination from consideration. Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm ™s elimination from further evaluation. Architect-engineer firms that meet the requirements described in this announcement are invited to submit three (3) paper copies and one (1) CD to: Naval Facilities Engineering Command Pacific Attn: Code ACQ31, Shaun Chow (N62742-17-R-0007) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 For SF 330s being sent via courier service or hand-delivered: Naval Facilities Engineering Command Pacific Attn: Code ACQ31, Shaun Chow (N62742-17-R-0007) 4256 Radford Drive, Building 62 Honolulu, HI 96818-3296) Notifications will be sent via facsimile; therefore, please include an facsimile number in Block 7 of the SF 330. Firms responding to this announcement by 2:00 p.m. Hawaii Standard Time (HST) on 5 April 2017 will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. Late responses will be handled in accordance with FAR 52.215-1. The main point of contact is Shaun Chow, Contract Specialist, at (808) 474-5914 or at shaun.chow@navy.mil. The alternative point of contact is Ann Saki-Eli, Contracting Officer, at (808) 474-5356 or at ann.sakieli@navy.mil. All questions should be submitted in writing and forwarded via e-mail to Shaun Chow, shaun.chow@navy.mil no later than 24 March 2017. Questions submitted after 24 March 2017 may not be addressed due to time constraints. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). Electronic (E-mail, facsimile, etc.) submissions are not authorized.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R0007/listing.html)
 
Document(s)
Attachment
 
File Name: N6274217R0007_N6274217R0007_Attach_A_B_C.pdf (https://www.neco.navy.mil/synopsis_file/N6274217R0007_N6274217R0007_Attach_A_B_C.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274217R0007_N6274217R0007_Attach_A_B_C.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04423802-W 20170308/170306234142-ce05b246c882eb1343c8b1a01ce9889e (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.