Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT‐ENGINEER SERVICES FOR RANGE SUSTAINABILITY SERVICES FOR MILITARY TRAINING AND TESTING RANGE COMPLEXES AND ASSETS AT VARIOUS LOCATIONS WORLDWIDE - Attachment A - PPQ

Notice Date
11/7/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS, BRAC, 33050 Nixie Way Bldg. 50, San Diego, California, 92147-5199, United States
 
ZIP Code
92147-5199
 
Solicitation Number
N6247320R0024
 
Archive Date
11/30/2020
 
Point of Contact
Christen M. Gonzales, Phone: 6195244094
 
E-Mail Address
christen.gonzales@navy.mil
(christen.gonzales@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SF330 Attachment B - Small Business Subcontracting Plan (Template) Attachment A - PPQ SYNOPSIS: N62473-20-R-0024 INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT‐ENGINEER SERVICES FOR RANGE SUSTAINABILITY SERVICES FOR MILITARY TRAINING AND TESTING RANGE COMPLEXES AND ASSETS AT VARIOUS LOCATIONS WORLDWIDE Architect-Engineer (A-E) Services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract providing Range Sustainability Services for Military Training and Testing Range Complexes and Assets at Various Locations Worldwide. Contract services also include environmental planning associated with National Environmental Policy Act (NEPA) and Executive Order (EO) 12114 (Environmental Effects Abroad of Major Federal Actions) in support of the Tactical Training Theater Assessment and Planning (TAP) Program. 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 24 months and one five-year option period (if exercised). The total amount for the contract term shall not exceed $100,000,000. The guaranteed minimum for the contract term (including option years) is $5,000. Firm-fixed price task orders will be negotiated for this contract. The minimum value of individual task orders executed under this contract is $5,000 and the maximum value is $10,000,000. There will be no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is October 2020. THIS IS AN UNRESTRICTED PROCUREMENT. A market research study was conducted by NAVFAC Southwest that included an assessment of relevant qualifications and capabilities of potentially qualified firms. This included review and analysis of responses to sources sought for N6247319RTAP and N6247319RTAP2. As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis. The NAVFAC SW small business office concurs with the determination. The North American Industry Classification System (NAICS) Code is 541330 - Engineering Services. The Small Business size standard is $16.5 million average annual receipts over the past three years. 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. A-E Services that may be ordered include preparation of military readiness activities documentation including Environmental and Operational Military Range Planning Documents for Pacific Fleet and U.S. activities in the Pacific Ocean and the western United States (U.S.). Most of the work awarded under the contract will involve Department of Navy training range complexes within the Pacific Fleet Area of Operations (AO); however, this contract may also include work on military training and testing areas and installations around the world. Within the Pacific AO there are three types of areas (Naval and Marine Corps ranges, training and testing areas and operating areas (OPAREAs)) which exist in the western U.S., off the west coast of the Continental U.S., South America, Hawaii, Alaska, and islands within the Pacific Ocean including Guam (Mariana Islands), Japan, and Okinawa. Some work may involve range complexes, OPAREAs, and installations controlled by other Navy components such as Naval Air Systems Command and Naval Sea Systems Command and other U.S. Government activities. The contract will require services of a multi-disciplinary organization capable of supporting range sustainment activities to support the Department of Navy's broader efforts to sustain access to the live training and test domain. The general scope of this contract must meet a variety of sustainment analysis and planning requirements. Key competencies may include, but are not limited to: physical sciences, marine and terrestrial biology, naval acoustic analysis, engineering, environmental planning, Navy weapon systems, Navy testing and training ranges, military testing and training activities, information technology and database management, DoD information assurance, geographic information systems, earth sciences, land use planning, and noise analysis (Air Installation Compatible Use Zone (AICUZ), encroachment analysis). Professionals conducting scientific studies, planning, and engineering must utilize appropriate methods of analysis commonly accepted within the specialty and have obtained necessary professional credentials in accordance with industry accepted standards such as a combination of education and experience, licensure, or professional registration (e.g., relevant Bachelor of Science [BS ] with demonstrated experience in the subject/topic, licensed professional engineer, certified planner, professional geologist, etc.). The anticipated range of services required under the contract may include but are not limited to the preparation of: Environmental Planning documents in compliance with NEPA and EO 12114; Training Range Strategic Vision, Requirements, and Planning documents; Range Complex Management Plans (RCMPs) in accordance with applicable Navy policies including the most current versions of OPNAV 5090.1, DoDD 3200.15, DoDD 4715.11/12, and DoDI 4715.14; range capability and condition assessments; Biological and ecological studies in support of environmental documentation and regulatory consultations; Endangered Species Act (ESA) Biological Assessments, consultations and permits; Marine Mammal Protection Act (MMPA) Letters of Authorization (LOAs), consultations and permits; Coastal Consistency Determinations (CCD) in accordance with the Coastal Zone Management Act (CZMA); Essential Fish Habitat (EFH) assessments; Section 106 and 110 documents required under the National Historic Preservation Act (NHPA); AICUZ and Range AICUZ (RAICUZ) documents; Other range-related reports, documentation, or analyses such as the Sustainable Ranges Report (SRR) per section 366 of the FY03 National Defense Authorization Act (USC10§113 of 02 Dec 02); Encroachment Action Plans (EAPs) in accordance with OPNAVINST 11010.40 and CNICINST 11010.1; Other regulatory compliance documents associated with the environmental planning efforts. All work must be performed in accordance with environmental laws and the associated regulations including, but not limited to the most current version of OPNAV 5090.1, NEPA and EO 12114, MMPA, ESA, Magnuson-Stevens Fisheries Conservation and Management Act, CZMA, Clean Water Act (CWA), Clean Air Act (CAA), Resource Conservation and Recovery Act (RCRA), and the Migratory Bird Treaty Act (MBTA). The contract requires knowledge and experience with military operational training requirements, particularly Fleet training and exercise requirements. Products developed in support of the services rendered may include studies, preliminary plans, cost estimates and descriptive text for future planning, work plans, special planning, and engineering services. Certain reports that may be required include training range strategic vision and requirements, training range capabilities gap analysis and investment recommendations; environmental analyses; analyses of acoustic and explosive events associated with Navy testing and training on the environment; quantitative estimations of the distribution of marine and terrestrial biological populations; geospatial analyses; information technology applications; air quality analyses; anthropogenic sound characterization and quantification; encroachment and land use compatibility analyses; air space analyses; socio-economic studies; and public outreach-related efforts and services such as public meetings, posters, fact sheets, and website hosting. Naval Facilities Engineering Command (NAVFAC) Southwest currently uses the following software applications: Microsoft Windows 10, Microsoft Office 2016 (Word 2016, PowerPoint 2016, Excel 2016, Access 2016, Project 2016, and Outlook 2016), Adobe Acrobat 2017 Pro, Internet Explorer, Google Chrome, and FireFox. The contract requires the contractor to have appropriate PKI certification for use of available government online information systems (i.e. Environmental Information Management System (EIMS), Data Collection and Scheduling Tool (DCAST) as well as some non-navy systems such as the Range Facility Management Support System (RFMSS) where applicable) to gather information required for the task (e.g. range utilization data for the range capabilities gap analysis). Also, the contract requires A-E contractors to have on-line access to e-mail via the Internet to exchange routine correspondence and, as capabilities become available, collaborate on projects, compile documents, populate databases, manage online document review and commenting, conduct geospatial analysis and generate maps, and integrate final deliverables into the Navy's enterprise operational range information management system (i.e., EIMS). Therefore, additional Multi-media electronic software applications that may be required include, but are not limited to, the following: Oracle Database, ArcMap | ArcGIS, Google Earth Professional, and AutoCad. In accordance with the contract or task order statement of work, the contractor shall complete necessary tasks and submittals or submit various reports to the Government that are readily useable in these applications without further adjustments. 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. For technical SAM help, contact the SAM help desk at www.fsd.gov. The awarded contract will be subject to specific provisions addressing the avoidance of 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. Selection of Architects and Engineers, formerly the Brooks Act (PL 92-582) and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures apply. Criteria 1 and 2 are considered most important and of equal importance to each other; Criteria 3, 4, 5, 6, 7, and 8 are of lesser importance and listed in descending order of importance. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less favorably in the evaluation. Specific selection criteria include: 1. Professional Qualifications 2. Specialized Experience and Technical Competence 3. Past Performance 4. Management Approach and Workload Capacity 5. Commitment to Small Business (SB) 6. Quality Control Program 7. A-E Firm's Location 8. Volume of Work (1) Selection Criterion 1 - Professional Qualifications (e.g. education, experience, professional registrations) of Key Personnel assigned to this contract for the type of work addressed in Selection Criterion 2 (SF330 Section E/G/H): 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 in the SF330, Part I, Section F. Greater importance will be placed on the military operations specialists and environmental planning fields. The professional qualifications of the prime or lead contractor's key personnel will be weighted more heavily than those of a subcontractor(s)'s key personnel. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide specific expertise. Individuals identified as key personnel will be dedicated staff, with their primary responsibility being the support of this contract. The designated Program Manager, Quality Control Manager (QCM) and Lead Military Operations Specialist shall be a professional registered architect or engineer and be an employee of the prime A-E firm. All key personnel must include the state where registration was issued, registration number, expiration date of registration, and geographic office location for each proposed key personnel member. Key personnel and their responsibilities/duties or expertise for this contract are: • Program Manager - Responsibilities and duties include: (1) Overall management of this contract; (2) ensuring compliance with all applicable Federal, State, Local, DoD, and Navy/Marine Corps regulations, guidance, and policy, as well as the contract terms and conditions; (3) monitoring and controlling project costs and quality control; (4) assigning personnel consistent with task order requirements; • Contracts Manager - Responsibilities include overseeing the procurement of all subcontracts and task orders issued under this contract. Duties include, but are not limited to; working with technical representatives to develop requirements for each task order, planning acquisition strategy, supervising procurement specialists, preparing task orders and awarding subcontracts, and managing the procurement program for this contract. The qualified individual will also serve as the primary point of contact for Navy Contract Specialists for administration of the basic contract and for the solicitation, award, and administration of contract task orders. • Quality Control (QC) Manager -Responsibilities include developing, maintaining, and enforcing the QC program for the A-E IDIQ contract; ensuring standards of quality and integrity of deliverables and its compliance to the contract's submittal requirements. • Lead Military Operations Specialist - Expertise includes an in-depth knowledge and experience with military testing/training and operations; range/OPAREA/airspace management and planning (including funding); funding, development, and advancement to final operating capability of new weapons/systems; military command structures including coordination between services and knowledge of Naval Services, or Department of Navy, to capture Marine Corps activities. SUBMISSION REQUIREMENTS: Provide the following: (a) list of names of each proposed key personnel to be assigned to this contract. Identify and describe their professional registration or qualifications, role expected to play in this contract, and roles they performed in projects similar to those listed in Selection Criterion 2; and (b) resumes for key personnel are limited to three (3) pages each and shall include project specific information that clearly sets forth the role and experience the individual had in performing the contract. Indicate participation of key personnel in example projects in the SF330, Part I, Section G. SF330, Part I, Section H can be utilized to expand on resumes of key personnel. Total maximum pages for this Criterion shall not exceed thirteen (13) pages single sided. Any pages over this limit will not be considered. (2) Selection Criterion 2 - Specialized Experience and Technical Competence (SF330 Section F/H): A-E firms will be evaluated on specialized experience and technical competence in preparation of planning documents, related studies, and knowledge of environmental programs and regulations, military operational and training experience, and Navy policy pertaining to this type of work. The specialized experience and technical competence of the prime or lead A-E firm will be weighted more heavily than that of the subcontractors. SUBMISSION REQUIREMENTS: Provide a maximum of ten (10) completed projects 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 performing the A-E services identified for this contract. 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. A minimum of two (2) projects shall demonstrate ability to complete relevant complex NEPA/EO 12114 analysis to include Environmental Impact Statements. Projects demonstrating environmental planning experience in military (and especially Navy) operational at-sea training or testing sites will be evaluated more favorably. A minimum of one (1) project shall demonstrate the ability to complete a training range long range planning and requirements document. Projects demonstrating experience at evaluating a system of ranges and training range capabilities requirements will be evaluated more favorably. A minimum of one (1) project shall demonstrate the ability to complete comprehensive operational range planning documents. Projects demonstrating relevant operational training and testing experience on military (and especially Navy) tactical training range complexes will be evaluated more favorably. Additionally, one (1) project shall demonstrate the ability to conduct in-water acoustic impact analysis to living marine resources. This project should demonstrate an understanding of modeling and the resulting output in terms of Navy training and testing particulars, biological at-sea densities and how that data is used in the model, development and application of impact criteria, and the biological significance of results. 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 identified in SF330, Part I, Section C. 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 I, Section F, block 25 - Firm Name. Include a contract number or project identification number in block 21. Include the month and year of completion in block 22. 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 type of project and its relevance to the scope of this contract, 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. Firms with multiple offices shall indicate which office/branch performed the A-E services. 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 must be submitted for each joint venture partner, not to exceed the ten (10) project limitation. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. In cases where the submitted project was performed by a JV, but all JV partners for that project are not on the team identified in Part I, Section C, specifically describe the relevant work performed by the JV partner(s) proposed for this contract. Projects shall be submitted on the SF330 at Part I, Section F and shall be 100% completed projects within the past five (5) year immediately preceding the date of issuance of this notice. 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, submit a relevant task order or stand-alone contract award that fits 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 2 should be submitted in the SF330, Part I, Section F. SF330, Part I, Section H can be utilized to expand on the maximum ten (10) projects submitted. Total maximum pages for this Criterion shall not exceed twenty (20) pages single sided. Any pages over this limit will not be considered. (3) Selection Criterion 3 - Past Performance (SF330 Section H): A-E firms will be evaluated on recent and relevant past performance with respect to work quality, compliance with schedules, staffing resources, and cost control on projects addressed in Selection Criterion 2. In evaluating past performance, the Government may consider information provided in Past Performance Questionnaires (PPQs) or Contract Performance Assessment Reporting System (CPARS) for Criterion 2 projects and information gathered from other sources including former customers, Government agencies, federal databases and other references. The information provided by the A-E may provide the major portion of the information used in the Government's evaluation for past performance. SUBMISSION REQUIREMENT: SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS EVALUATION IS NOT AVAILABLE, the 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 2. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. Submitted CPARS and PPQ evaluations will not be counted as part of the 58-page limitation and shall be attached to the SF330, behind the SF330 Part II document. 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). PPQ evaluations that are completed by a team member identified in Part I, Section C of the SF330 are considered interested parties to this synopsis and will not be evaluated. 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. 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 2. 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. (4) Selection Criterion 4 - Management Approach and Workload Capacity (SF330 Section H): A-E firms will be evaluated on their plan for managing this contract, ability to perform the work in accordance with established schedules, the capacity to accomplish multiple complex tasks simultaneously and on the locations of their office(s) that will be performing the work under this contract, demonstrate knowledge of the primary geographic areas in which projects could be located, the capability to meet the required schedules with quality deliverables, and capability to provide qualified backup staffing for key personnel to ensure continuity of service and ability to surge to meet unexpected project demands. A-E firms shall demonstrate their capability to have appropriate staff maintain security clearances and handle and store classified information within a secured environment in accordance with SECNAV 5510.36B DON Information Security Program (July 2019), and DoD 5220.22-M NISPOM (Change 2 May 2016). A-E firms shall demonstrate the ability to leverage the capabilities of enterprise information management systems to manage information and facilitate project collaboration, compile documents, populate databases, conduct geospatial analysis and generate maps, and integrate and submit electronic deliverables. SUBMISSION REQUIREMENT: Demonstrate how the management approach will be advantageous to the government. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E and other essential team members with their associated firm names and discuss the management plan for this contract. Show current and projected workload with a plan and schedule to accomplish the work. Discuss impact of the workload required by this contract on staff's projected workload during the contract period. Discuss capability to accomplish multiple tasks simultaneously and to provide qualified staffing to ensure continuity of services and ability to surge to meet unexpected project demands. Discuss ability to handle and store classified information within a secured environment. Discuss the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and subcontractors. Discuss the history of working relationships with team members, including joint venture partners where applicable. Describe the firm's present workload and the availability of the project team (key personnel and subcontractors) for the specified contract performance period. Describe the ability of the firm to accomplish multiple large task orders (i.e. up to 4 EISs) simultaneously and strategies to meet surges in unexpected workload demand. Describe 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. Identify information management systems and how the firm used them to improve quality and generate efficiencies in past projects, specifically, in the projects used to demonstrate Specialized Experience and Technical Competence under Selection Criteria 2 above. Submissions shall be limited to ten (10) pages (any pages over this limit will not be considered). (5) Selection Criterion 5 - Commitment to Small Business (SB) (SF330 Section H): Firms will be evaluated in term of the extent to which they have identified and committed to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate based on two subfactors: (A) Past performance in Utilization of SB Concerns and (B) Participation of SB Concerns for this requirement. SUBMISSION REQUIREMENT: Subfactor (A). PAST PERFORMANCE IN UTILIIZATION OF SB CONCERNS: All firms shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, SDVOSB and HBCU/MI. Large Businesses with past performance on Federal contracts shall submit three (3) final or most recent Individual Subcontracting Reports (ISRs) within the past five (5) years immediately preceding the date of issuance of this notice for similar contracts of relative size, which show compliance with utilizing the various types of small business firms noted above. If ISRs are not FINAL or MOST RECENT they will not be considered. If subcontracting goals were not met, provide an explanation. If Individual subcontracting Reports were not applicable to the similar contracts noted, large businesses shall submit other documentation, which shows their utilization of the various types of small business firms for the contracts. Small Businesses shall also submit documentation, which shows their utilization of the various types of small business firms for similar contracts of relative size. If the Offeror is a Joint Venture, Partnership, LLC or other entity consisting of more than one entity, provide past performance information for each individual business entity(ies) that will be responsible for managing the subcontracting program/plan. Subfactor (B). PARTICIPATION OF SB CONCERNS IN THIS PROJECT: Large businesses shall submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2019 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) 67.2%; HUBZone Small Business 9.2%; Small Disadvantaged Business 17.8%; Woman-Owned Small Business 15.8%; Veteran-Owned Small Business 3.1%; and Service-Disabled Veteran-Owned Small Business 3.1%. If a large business firm is selected for award, a Small Business Subcontracting Plan, in accordance with FAR 19.7 and DFAR 219.7, will be required and incorporated into the contract award. A draft Small Business Subcontracting Plan is not required from small businesses; however, small businesses shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. The NAICS Code is 541330 - Engineering Services and the SB size standard is $16.5 million. The attached Small Business Subcontracting Plan template (Attachment (B)) shall be used by large businesses to complete the draft subcontracting plan. Firms shall submit their draft Small Business Subcontracting Plans utilizing this template, and ONLY this template. (6) Selection Criterion 6 - Quality Control Program (SF330, Section H): A-E firms will be evaluated on the demonstrated success of the Quality Control (QC) program used to ensure technical accuracy and coordination of all deliverables, plans and documents. SUBMISSION REQUIREMENT: Address QC program and success of that program; describe how the A-E firm ensures consistent quality including subcontractor performance. Describe internal quality assurance procedures. Provide a list of personnel that will perform and be responsible for the QC program. Demonstrate how the QC program will be implemented to the benefit of the government. For Offerors who are joint ventures and/or teams with offices in a variety of locations, describe how the QC effort will be implemented across the various team offices. Describe from which office the QC program will be managed/coordinated and the plan/methods to ensure effective QC and communication between offices. Total maximum pages for this Criterion shall not exceed ten (10) pages single sided. Any pages over this limit will not be considered. (7) Selection Criterion 7 - A-E Firm's Location (SF-330 Section H): A-E firms will be evaluated on the locations of the office or offices from which the A-E firm will perform the work under this contract, the capacity to accomplish work in the required time, and demonstrated resident staff knowledge of the primary geographic areas in which projects could be located. Offices within the metro area of COMPACFLT (CPF) detachments in NAB Coronado and NAS Whidbey Island as well as CPF in Honolulu, Hawaii may be evaluated more favorably. SUBMISSION REQUIREMENTS: Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of the location of their offices and key personnel within the primary geographic area of the anticipated projects. Provide a narrative describing the team's knowledge of the primary geographic areas in which projects could be located and the team's availability and ability to ensure timely response to requests for onsite support at various installations worldwide. Firms shall address how they would effectively communicate, collaborate, and share data with clients and subcontractors. Total maximum pages for this Criterion shall not exceed five (5) pages single sided. Any pages over this limit will not be considered. Selection Criterion 8 - Volume of work: Firms will be evaluated in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). In the case of a joint venture (JV), data will be extracted for the JV and for each JV partner. 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-E firms including small, disadvantaged business firms, and firms that have not had prior DOD A-E contracts. SUBMISSION REQUIREMENT: Firms do not submit data for this Criterion. SF-330 SUBMISSION REQUIREMENT: 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 fifty-eight (58) single-sided 8.5 by 11 inch pages (the page limit does not include the Organizational Chart, ISRs, certificates, PPQs, licenses, or the draft subcontracting plan, as required by the Small Business Subcontracting criterion, nor does the page limit include cover sheets or dividers, 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 in Section D 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). The Organization Chart will not be counted against the 58-page limitation. Please include your DUNS and CAGE numbers in Block 30 of the SF-330. In accordance with 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 to practice the professions of architecture or engineering as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires A-E firm registration, the firm must provide proof of registration. If a firm is in a jurisdiction that does not require A-E firm registration, the firm must provide proof of eligibility to practice the professions of architecture or engineering (e.g., a summary explaining the requirements to practice the professions of architecture or engineering under the laws of that jurisdiction). This documentation is not counted as part of the 58-page limitation. 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. SF330, Part II, shall be submitted for each firm that will be part of the team proposed and identified in Part I. Architect-Engineer firms, which meet the requirements described in this announcement, are invited to submit one (1) original, six (6) hard copies, and two (2) CD's (Adobe Acrobat PDF format) of the completed SF330 to: Naval Facilities Engineering Command Southwest, Code RRA40.CG, Attn: Christen Gonzales, 1220 Pacific Highway, San Diego, CA 92132. Firms responding to this announcement by, 2:00 P.M. Pacific Standard Time on 9 December 2019 will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. Late responses will be handled in accordance with FAR 52.215-1. The point of contact is Christen Gonzales, Contract Specialist, at christen.gonzales@navy.mil or 619-524-4094. If an SF 254/SF 255 is submitted for this synopsis, 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). If hand-carrying or express mailing proposal, the firm is advised that the Contracting Officer is on a secured base. Anticipate delays in base access and plan accordingly. Hand-carried proposals must be delivered to the mailroom. Government personnel will not pick up proposals at the gate. It is the contractor's responsibility to ensure delivery to the location specified. An Offeror risks the late receipt and rejection of their SF330 package when delivery is delayed until the last few minutes before the deadline. Offerors intending to deliver the SF330 package in-person are cautioned that the NAVFAC Southwest facility is located in downtown San Diego. It is recommended that the Offeror allow for delays driving through downtown San Diego caused by traffic (both freeway and downtown), train/trolley crossings, parking at the pay lots/meters near the facility, and gaining access to a secure Government facility. No parking or offloading of SF330s is available at the Government facility. SF330s shall be delivered to the mailroom in Building 128 and reasonable time shall be allowed for mailroom personnel to receive and time stamp the SF330. The stamp time is determined by the NAVFAC Southwest facility mailroom time stamp device only, not by any other time keeping device that the Offeror may use or own. Immediately upon proposal delivery, the Offeror shall leave the premises of the Government facility. An Offeror that does not leave the premises may be requested to leave or be escorted off the premises. Electronic (E-mail, facsimile, etc.) submissions are not authorized. It is the Offeror's responsibility to check the NAVFAC electronic solicitation website Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov/ and Beta SAM at https://beta.sam.gov/for any revisions to this announcement or other notices. An Interested Vendors List is available via the FedBizOpps website, https://www.fbo.gov/, under this synopsis number. Inquiries concerning this procurement should include synopsis number and title and be forwarded via email to christen.gonzales@navy.mil. ALL REQUESTS FOR INFORMATION (RFIs) MUST BE SUBMITTED IN WRITING IN ORDER TO BE ANSWERED. RFIs WILL BE ANSWERED VIA FEDBIZOPPS and BETA SAM. RFIs MUST BE SUBMITTED BY 2:00P.M. PACIFIC STANDARD TIME ON 21 NOVEMBER 2019.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bb83817fbf9785362926ce49c6d6ec51)
 
Place of Performance
Address: United States
 
Record
SN05491642-W 20191109/191107230643-bb83817fbf9785362926ce49c6d6ec51 (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  © 1994-2020, Loren Data Corp.