Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2021 SAM #7029
SOLICITATION NOTICE

C -- SYNOPSIS IDIQ ARCHITECT/ENGINEER (A/E) CONTRACT FOR GENERAL DESIGN SERVICES AT NSWC PCD PANAMA CITY FL

Notice Date
2/24/2021 10:42:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
NAVAL SURFACE WARFARE CENTER PANAMA CITY BEACH FL 32407-7001 USA
 
ZIP Code
32407-7001
 
Solicitation Number
N6133121R0004
 
Response Due
3/4/2021 2:00:00 PM
 
Archive Date
03/19/2021
 
Point of Contact
Matt Hammond, Phone: 8508197274, Lisa M. McKeon, Phone: 8508192865
 
E-Mail Address
matthew.a.hammond@navy.mil, lisa.mckeon@navy.mil
(matthew.a.hammond@navy.mil, lisa.mckeon@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) ARCHITECT/ENGINEER (A/E) CONTRACT FOR GENERAL DESIGN SERVICES AT NSWC PCD PANAMA CITY FL.�� ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. SF330 DUE BY 4 MARCH 2021 AT 1600 CENTRAL STANDARD TIME.� DESCRIPTION: This procurement will result in a single Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services at Naval Surface Warfare Center Panama City Division, Panama City FL.� 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 (1) year and four (4) one-year option periods (if exercised). The minimum guarantee under this contract is $10,000.00, and the maximum ceiling for this contract shall not exceed $6,000,000.00. FFP 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 July 2021. Work may be required on multiple contract task orders simultaneously. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered.� Options for post construction award services may be negotiated on individual task orders for unilateral exercise. This procurement is a SMALL BUSINESS SET-ASIDE. �The Small Business size standard classification is North American Industrial Classification System (NAICS) Code for this procurement is 541310, Architectural Services, and the annual small business size standard is $8M. �The market research study (Sources Sought Number: N6133120SNQ02) conducted by NSWC PCD included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement as a small business set-aside. NSWC PCD�s Small Business office concurs with this decision. If the selected firm under this contract prepares or assists in preparing a statement of work, specifications and plans, the firm and its affiliates shall be ineligible to bid or participate, in any capacity, in any contractual effort which is based on such statement of work or specifications and plans as a prime contractor, subcontractor, consultant or in any similar capacity.� This limitation also applies to subsidiaries/affiliates of the firm. The primary tasks anticipated under this contract include the preparation of plans and specifications for construction contracts and the preparation of design-build requests for proposal for Sustainment, Restoration and Modernization (SRM) projects.� Projects may include reports, planning and programming studies, investigations, site selection, design concepts, designs, evaluations and/or studies for maintenance, construction, equipment installation, working drawings and specifications, review of shop drawings, samples, equipment, data, and other related documents for the repair and renovation of a wide range of facilities.� Preparation of drawings and submissions during the design period, shall be standardized and apply Naval Facilities Acquisition Standards (NFAS). Design and engineering services may include handicapped accessibility (ADA/UFAS) renovations, interior design, code studies, analysis of existing structures, field investigation, utility studies, design using Navy anti-terrorism force protection criteria, cost estimating, economic analysis, engineering studies, topographic surveys, sub-surface investigations, construction support, demolition, fire protection, repainting, re-roofing, adaptive re-use of renovated facilities, and cathodic protection. During the performance of this contract, hazardous materials/waste assessments or surveys may be required. Firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials. Recovered and recycled materials will be involved in all projects.� Cost estimates shall be prepared by a professional cost estimator using R.S. Means, historical data, or Tri-Services Unit Price Book databases, and using SUCCESS cost estimating software (also available on the WBDG website in the CCB database).� The work may also include other engineering services including cultural, natural and historical preservation requirements of the State Historical Preservation Office (SHPO) as well as customer activity Base Exterior Architecture Plans (BEAPs).� The work may include Engineering Design Support during construction (e.g. attending the pre-construction conferences; responding to the contractors requests for information and clarifications; reviewing submittals from the construction contractor; reviewing shop drawings and, performing monthly or bi-weekly site visits, or site visits at critical times as determined by the design engineer, with the objective of witnessing construction practices, observing conditions, and documenting from the designer's perspective the implementation of the designer's product). The A/E shall be responsible for all engineering, building modeling revisions, plans and specification revisions required during construction of the projects which are necessitated by different site conditions, inadvertent errors and omissions in original contract documents or a project feature design change. The A/E shall also be responsible for coordination of all design changes with NSWC PCD and NAVFAC. All information shall be submitted to the Government in an expeditious manner to avoid delays to the construction contractor. Upon completion of all construction, submit original drawings with all as-built conditions, as furnished by the contractor, incorporated within thirty (30) calendar days of project completion. Computer drawing data shall be provided on electronic media compatible with Auto Cad files CD. Auto Cad files shall be consistent with the NFAS. The recommended CAD software platform is AutoCAD 2000 or AutoCAD LT 2000 by Autodesk, Inc. More recent AutoCAD releases are acceptable, with downwards compatibility to the 2000 release. Specifications shall be prepared using SPECSINTACT software and will also be provided in .pdf format for posting to Government websites during solicitation. Design using Syst�me Internationale (SI) Metric Units may be required. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: 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. �Criteria 1 and 2 are most important and equally weighted.� Criteria 3 through 5 are in descending order of importance.� SF330s will be evaluated to determine the most highly qualified firms based on criteria responses. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. Failure to comply with instructions or provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration. Selection of Architect and Engineers Statute (PL 92-582) and Federal Acquisition Regulations (FAR) Subpart 36.6 selection procedures apply. Specific selection criteria include: 1. Specialized Experience 2. Professional Qualifications and Technical Competence 3. Past Performance 4. Program Management, Capacity, and Location 5. Quality Control 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 the following three (3) primary areas: Area 1. Engineering studies, surveys, inspections, and assessments as they relate to renovation and repair of various buildings. Area 2. Engineering and design services as they relate to Sustainment, Restoration and Modernization (SRM) projects. Area 3. Engineering and design support during construction. Submission requirements: Provide a maximum of five (5) projects with a cost of $200K or more and completed within the past five (5) years before the response date set forth in this notice that best demonstrate specialized experience of the proposed team in the primary service areas outlined above. A project will be considered complete based on the project completion date provided in Block 24 of the project description. 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 is submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. Projects shall be submitted on the SF330 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. On each submitted project, firms should identify which Primary Service Areas are demonstrated by that project, and describe the work performed and how it demonstrates the firm�s experience performing the expected services of this contract. Contracts or Task Orders that demonstrate experience with multiple services may be submitted, although as noted below an IDIQ contract may not be submitted as a single project. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and/or 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 the joint venture does not have such experience, offerors shall submit at least one (1) project from each JV partner. Offerors are still limited to five (5) projects. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. All information for Criterion 1 must 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 and Technical Competence (SF330, Part I, Sections E & 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 positions/disciplines that must be included in key personnel are Program Manager, Quality Control personnel, Project Managers, and engineers. Submission Requirements: SF330, Part I, Section E. Provide resumes for all proposed key personnel including those of each proposed team member who will specifically serve as Project Manager, discipline Designers of Record (DOR), and Cost Estimator(s) that illustrate experience in the work proposed under this contract. All Project Managers and DORs must be professionally registered in their discipline.� Provide license number in addition to state of registration and discipline in Block 17 of the resume.� Resumes are limited to two (2) single-sided pages and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past five years of proposal due date) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. Indicate participation of key personnel in example projects in the SF330, Part 1, Section G. Criterion 3 - Past Performance (SF330, Part I, Section H): The Government will evaluate past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction on example projects presented in Criterion 1. The Government may also utilize other information provided by the firm or obtained via customer inquiries, information in Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. 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/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. 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 Government's point of contact, NSWC PCD, Attn: Matt Hammond via email at matthew.a.hammond@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 (2) double-sided pages (or four (4) 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 - Program Management, Capacity, and Location (SF330, Part I, Section H): Firms will be evaluated on the firm�s ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time, locations of their office(s) that will be performing the work under this contract, and demonstrated knowledge of the primary geographic areas in which projects could be located. 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 ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. Teams with a demonstrated history of working together may be considered more favorably. 2. 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. 3. Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Provide a narrative describing the team�s knowledge of the primary geographic areas in which projects could be located. 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. Criterion 5 - Quality Control (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 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. SELECTION INTERVIEW REQUIREMENTS: �Interviews may be scheduled with firms slated as most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. �Elaborate presentations are not desired. ADDITIONAL INFORMATION: A/E firms desiring to be considered for this contract must submit a completed SF330 package. The SF330 shall be typed and one-sided, using 11 point Times New Roman or larger. Part I shall not exceed fifty (50) single-sided 8.5 by 11 inch pages (the page limit does not include the Organizational Chart, PPQs, or licenses, 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. �Please include your DUNS number and CAGE Code in Block 30 of the SF330. All information must be included in the SF330 package (cover letter, attachments and pages in excess of the page limitation will be excluded from the evaluation process). All firms 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 by time of award will render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov. A/E firms that meet the requirements described in this announcement are invited to submit a completed SF330 via e-mail to matthew.a.hammond@navy.mil no later than 4:00 PM, CST on 4 March 2021.� Submittals received after this date and time will not be considered. Firms not providing the required information may be negatively evaluated. The file name and subject line of the email for the SF330 shall read:� ""N61331-21-R-0004 SF330-(Insert Company Name)"".� Each electronic file attachment should be less than 10 megabytes in size.� If more than one email is required due to the size of the attachments, the subject line of the email and the files shall be named as stated previously with the addition of ""email X of X"" (e.g., email 1 of 2).� Due to computer software restrictions, attachments may only be submitted in .PDF format or .DOC format.� Do not zip the attachments because the system will remove any .ZIP attachments.� To verify receipt of your proposals, please e-mail the number of emails you have submitted to matthew.a.hammond@navy.mil . The Government will accept questions until 4:00 PM, CST on 26 February 2021.� Although every effort will be made, the Government makes no guarantee that all questions received within the allotted timeframe will be answered.� Questions submitted after this deadline may or may not be answered prior to the closing date and time. �Further, responses to late questions provided may not result in an extension of the closing date and time. The purpose of Amendment 1�is to provide�responses to industry questions.�� The purpose of Amendment 2 is to provide responses to industry questions.� The closing date remains the same.��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/35553537aba44edd92960e7d7e2ca6df/view)
 
Place of Performance
Address: Panama City Beach, FL 32407, USA
Zip Code: 32407
Country: USA
 
Record
SN05925358-F 20210226/210224230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.