Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2019 FBO #6274
SOLICITATION NOTICE

C -- IDIQ A-E SERVICES FOR VARIOUS UTILITY SYSTEMS STUDIES AT VARIOUS LOCATIONS IN ALL AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC

Notice Date
1/25/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
96860
 
Solicitation Number
N6274219R0101
 
Response Due
2/25/2019
 
Archive Date
3/12/2019
 
Point of Contact
Annette Tijerina 808-471-0794 Wanda Okemura, 808-471-3415
 
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 SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services which include, but are not limited to, electrical utility system studies, mechanical utility system studies, and civil utility system studies. 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 $20,000,000. The guaranteed minimum for the contract term (including option years) is $10,000. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is August 2019. This proposed contract is being solicited on a Small Business basis and open to small business concerns. 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. The type of utility system studies and services expected to be performed under this contract are: 1. Electrical utility (Generation and Distribution) system studies a. System condition b. System reliability c. System capacity d. Power quality (frequency, voltage, current, clarity/distortion, etc.) e. Resolution of other technical deficiencies and system aspects including vulnerability, load flow, fault current analysis and coordination of protective devices 2. Mechanical utility (Production and Distribution) system studies (Steam, Demineralized water, High temperature hot water, Chilled water, Compressed air, Salt water, LPG and Natural gas) a. System Condition b. System reliability c. System Capacity d. System Capability e. Commodity quality (purity, pressure, flow volume, temperature, etc.) f. Resolution of other technical deficiencies and system aspects including vulnerability, water treatment, fuels diversity, combustion efficiency, maintenance 3. Civil utility (Production, Treatment, Distribution and Collection) system studies (Potable water, Wastewater, Sewage) a. System condition b. System reliability c. System capacity d. System capability e. Commodity quality (purity, pressure, flow volume, etc.) f. Resolution of other technical deficiencies and system aspects including system vulnerability, water treatment, discharge testing, maintenance 4. Utilities GPS, GIS mapping, geometric network, utility network and information coordination 5. System operational modeling to determine various performance indicators at various locations throughout the system 6. Facility project site notional renderings 7. SCADA systems and utility operation center studies 8. Engineering services for various studies with associated multi-discipline architect-engineer support services 9. Technical document translation between English to Korean, Tagalog, Ilocano or Japanese 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. 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 prime firm for this contract will be required to perform throughout the contract term. 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. 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. Specific selection criteria include: 1. Specialized Experience 2. Professional Qualifications 3. Past Performance 4. Capacity to perform work in the required time 5. Personnel of U.S. or naturalized citizenship 6. Quality Control Program 7. Ability to translate technical documents 8. Firm Location 9. Volume of Work Criterion 1- Specialized Experience (SF330, Part I, Section F): Firms will be evaluated on specialized experience in performance of services similar to those anticipated under this contract through evaluation of experience in: 1. Studies of electrical power utility distribution, transmission, and generation systems, power system /quality analysis including use of power system analysis programs such as Easypower or SKM; mechanical utility production, and distribution systems (steam, compressed air, salt water and demineralized water) and infrastructure; civil utility production, treatment, distribution and collection systems (potable water and wastewater) and infrastructure, civil utility system analysis including use of civil utility analysis programs such as SewerGEMS and/or WaterGEMS 2. GPS mapping and GIS data coordination 3. SCADA control and data systems and interface. Firms may be considered more favorably by demonstrating the following: 1. Experience performing utility system studies in tropical environments similar to Hawaii, Guam and Pacific Ocean Areas. 2. For Prime contractor-subcontractor/JVs/LLCs/LTDs, a history of working together on prior projects. 3. Specialized recent experience and technical competence of firm or particular staff members of the prime A-E will be evaluated more favorably. Submission requirements: Provide a maximum of five (5) projects completed within the past five (5) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in the areas outlined above. 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. Projects located throughout the Pacific AOR will be evaluated more favorably. If the firm was a subcontractor on the project, the offeror should specifically address the work performed by the firm. If the project detail does not clearly delineate the work performed by the offeror, the project will be evaluated less favorably. 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, Firm 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. 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, submit projects performed by the individual partner entities of the JV. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects. Projects not completed will be excluded from evaluation consideration. 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. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. 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 should 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- Professional Qualifications (SF330, Part I, Sections E and G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are licensed civil, mechanical, and electrical engineers. List professional qualifications of key personnel proposed for studies of electrical power utility distribution, transmission, and generation systems; mechanical utility systems; civil utility systems; GPS mapping and GIS data coordination; and SCADA control systems. Individuals identified as key personnel are individuals who will be dedicated staff and have major contract or project management responsibilities and/or will provide specific expertise on this contract. Key personnel that are expected to have direct control of project execution for this contract should be listed. Failure to provide qualified personnel in each technical area as described above will be evaluated less favorably. The professional qualifications of the prime or lead contractor s key personnel will be evaluated more favorably than those of a subcontractor s key personnel. Submission Requirements: SF330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Resumes are limited to two (2) pages each and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past five (5) years) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. Any pages over this limit will not be considered. Indicate participation of key personnel in example projects in the SF330, Part 1, Section G. Criterion 3- Past Performance (SF330, Part I, Section H): Firms will be evaluated on past performance 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 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: SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS 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 IS AVAILABLE. IF A CPARS 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. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). 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: Ms. Annette Tijerina and Ms. Wanda Okemura via email at annette.tijerina@navy.mil and wanda.okemura@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 to perform work in the required time (SF330, Part I, Section H): Firms will be evaluated on the firm s ability to plan for and manage work under the contract, and the capacity to accomplish the work in the required time Submission Requirements: 1. Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the proposed team s ability to complete several large and small task orders concurrently requiring quick turnaround. 2. Describe the firm s present workload and the availability of the project team including the numbers and types of personnel currently employed on a permanent basis and available during peak load periods on a temporary basis (including key personnel) for the specified contract performance period. General statements of availability/capacity may be considered less favorably. Criterion 5- Personnel shall be of U.S. or naturalized citizens who can qualify for access to security areas (SF330, Part I, Section H): Personnel shall be of U.S. or naturalized citizens who can qualify for access to security areas. Submission Requirements: 1. Provide an acknowledgment that personnel assigned to work on task orders under this solicitation shall be U.S. or naturalized citizens with no criminal record and can be cleared for access to security areas. Criterion 6 Quality Control Program (SF330, Part I, Section H): 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: 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 that show checking of document errors, omissions and quality and incorporating and tracking review comments, customer service and communication plan including but not limited to timelines, ability for government personnel to contact contractor staff, points of contact for scope clarification and issue resolution. 4. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 5. Describe how the firm s quality control program extends to management of subcontractors. 6. Contractor shall address how they will QA/QC deliverables which are provided to the government in different languages. Criterion 7- Ability to translate technical documents between English and Korean, Tagalog, Ilocano or Japanese (SF330, Part I, Section H): Submission Requirement: Describe the proposed translation process and indicate who on the team will be performing the translation and their qualifications for performing the translation. Criterion 8- Firm Location (SF330, Part I, Section H) 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 Hawaii, Guam, Japan, Washington, and California. Offices within a short commuting distance of NAVFAC Pacific and NAVFAC Hawaii in Honolulu, NAVFAC Marianas on Guam, and NAVFAC Far East in Yokosuka, Japan may be evaluated more favorably. Submission Requirements: 1. Indicate location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Demonstrate how this will be advantageous to the government. Address the ability of the firm to ensure timely response to requests for on-site support. 2. Provide a narrative describing the team s knowledge of the primary geographic areas to be covered by this contract to operate effectively under state, city/county, territorial and host nation laws and regulations. Criterion 9 Volume of Work (SF330, Part 1, Section H) 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: 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 75 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 an original and two (2) paper copies and one (1) CD of the completed SF330 is required. The delivery addresses for SF 330s are as follows: (1) For SF 330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command Pacific Code ACQ31:AT (N62742-19-R-0101) 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:AT (N62742-19-R-0101) 4256 Radford Drive, Building 62 Honolulu, HI 96818-3296 Notifications will be sent via email to the email address identified in Part I, Section B, Block 8. Firms responding to this announcement by 2:00 p.m. Hawaii Standard Time (HST) on 25 February 2019 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 Annette Tijerina, Contract Specialist, at (808) 471-0794 or at annette.tijerina@navy.mil. The alternative point of contact is Wanda Okemura, Contract Specialist, at (808) 471-3415 or at wanda.okemura@navy.mil. All questions should be submitted in writing to include solicitation number and forwarded via e-mail to annette.tijerina@navy.mil and wanda.okemura@navy.mil, no later than 15 days of the closing date. Questions submitted after this date may not be addressed by the Government 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). All potential offerors are advised to check the Navy Electronic Commerce Online (NECO) website, https://www.neco.navy.mil, or Federal Business Opportunities (FBO) website, https://www.fbo.gov/, for modifications pertaining to this announcement. Electronic (E-mail, facsimile, etc.) submissions are not authorized. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274219R0101/listing.html)
 
Record
SN05203035-F 20190127/190125230011 (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.