Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2024 SAM #8195
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECTURAL-ENGINEERING PROJECTS PRIMARILY IN THE PHILIPPINES, OCEANIA AREAS AND OTHER AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC

Notice Date
5/3/2024 6:56:22 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274224R0002
 
Response Due
5/28/2024 5:00:00 PM
 
Archive Date
06/12/2024
 
Point of Contact
Jamie Ikeda, Phone: 8084745719, Erik Torngren, Phone: 8084746476
 
E-Mail Address
jamie.m.ikeda.civ@us.navy.mil, erik.s.torngren.civ@us.navy.mil
(jamie.m.ikeda.civ@us.navy.mil, erik.s.torngren.civ@us.navy.mil)
 
Description
Modification 01: The pre-solicitation notice issued on 4/24/2024 is modified to include the Contractors' questions and Government responses. The questions and responses are provided for information purposes only. The response date/time remains unchanged. INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR MULTI-DISCIPLINE ARCHITECTURAL-ENGINEERING PROJECTS PRIMARILY IN THE PHILIPPINES, OCEANIA AREAS AND OTHER AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC 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 for architectural, civil, structural, electrical, mechanical, fire protection, waterfront projects, and other projects at Philippines, Oceania Areas, other Southeast Asia Areas, and locations under the cognizance of Naval Facilities Engineering Systems Command, Pacific.� 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. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is December 2024. 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. The types of Architectural-Engineering services expected to be performed under this contract include, but are not limited to: Unified Facilities Criteria (UFC) and Host Nation compliant design and engineering services for the preparation of Design-Build (DB) and Design-Bid-Build (DBB) construction contracts, cost estimates, project engineering documentation including DD1391s and parametric cost estimate documentation, technical reports including engineering and investigations and planning studies, construction cost estimates, operations and maintenance manuals, Redi-check reviews, construction consultation, geotechnical investigations, design/planning charrettes, post construction award services (PCAS), post award design services (PADS) and topographic surveys as required for multi-discipline architectural-engineering projects.� Projects may include, but are not limited to new construction, alterations and repair of buildings and structures in high humidity and corrosive environments similar to that found in Thailand, Philippines, other Southeast Asia Areas, and Oceania Areas, such as the Federated States of Micronesia (FSM) and the Republic of the Marshall Islands (RMI).� Title II inspection and surveillance services during the construction phase may be required.� Title II services will require qualified personnel and sufficient on-site expertise.� These services may also be in support of in-house NAVFAC design, US Navy Construction Battalion (CB) designs or engineering efforts for facilities primarily located in Thailand, Philippines, other Southeast Asia Areas, and Oceania Areas, such as the Federated States of Micronesia (FSM) and the Republic of the Marshall Islands (RMI) and may involve but are not limited to earth work; pavement; foundations; hydrographic; topographic; retaining walls; site characterization; architectural design; fire protection design and life safety analysis; electrical and mechanical design; structural engineering design; waterfront facilities design and coastal engineering; hazardous waste characterization; solid waste handling and disposal; and Host Nation cost estimates. All contractors are advised that a Unique Entity Identifier is required prior to award.� Contractors must complete the registration in System for Award Management (SAM) Database by selecting �Entity Information�.� 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) Entity Information section. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract.� This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and sub-consultants for this contract will be required to perform throughout the contract term and any substitutions will require Contracting Officer�s prior approval. 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.� Evaluation and selection of the most highly qualified firm will be based on the following selection criteria, listed in descending order of importance: Firm�s Specialized Experience Professional Qualifications Past Performance Program Management and Capacity and Location Quality Control Program 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: Development of DB and DDB construction contracts on Foreign Military Bases and in conformance with UFC 1-201-01 and International Building Codes (IBC) required by the local Municipality. Development of DD1391�s and construction cost estimates in foreign countries Development of Engineering Assessments and Due Diligence Reports for facilities designed and constructed by foreign country Architects and Engineers. Firms may be considered more favorably by demonstrating the following: Design experience for facilities in underdeveloped rural locations with deteriorating infrastructure. Specialized relevant and recent experience in the provision of the services for the U.S. DoD Agencies. Specialized relevant and recent experience on projects located in Thailand, Philippines, and other Southeast Asia and Oceania Areas. Specialized relevant and recent experience as the prime firm or Joint Venture partner may be considered more favorable than specialized relevant and recent experience as a subcontractor on a project. Proposed team members (i.e. prime contractor, subcontractors, Joint Venture (JV) members, Limited Liability Company (LLC) members, and Limited Liability Partners (LLP) partners) with a demonstrated history of working together on prior projects may be considered more favorably than those without such history. Specialized experience of an A-E subcontractor to a construction contractor, serving as the Designer-of-Record on a DB project, will not be given the same level of consideration as an A-E firm for a DBB project. Submission requirements: Provide a maximum of five (5) completed design projects with construction costs between $500,000 and $2,000,000 US Dollars completed within the past seven (7) 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 design 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 Unique Entity Identifier�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, projects may be submitted for either joint venture partner, not to exceed a total of three (3) projects. Firms shall clearly identify the percentage of work performed for each project by each joint venture partner. The percentage of work performed is based on the total price of a project, including any modifications. 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 & 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. Identify key personnel for two (2) design teams. Key personnel shall be limited to the following: Principal-in-Charge of the prime A-E firm Project Manager Project Architect Project Civil Engineer Project Structural Engineer Project Mechanical Engineer Project Electrical Engineer Project Fire Protection Engineer Project Geotechnical Engineer Cost Estimator Firms may be considered more favorably by demonstrating the following: Key personnel with design experience for facilities in underdeveloped rural locations with deteriorating infrastructure Key personnel with specialized relevant experience with U.S. DoD Agency projects. Key personnel with specialized relevant experience for projects located in Thailand, Philippines, and other Southeast Asia and Oceania Areas Project Manager of the prime firm or Joint Venture partner may be considered more favorable than Project Manager of a subcontractor. 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 shall not exceed two (2) single-sided pages and should indicate: active professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent project-specific experience in work relevant to the services required under this contract within the past 7 years; 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. If more than two (2) design teams are submitted, the Government will only evaluate the first (2) design teams and will disregard any design teams submitted after the first (2) design teams. 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. 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 Government's point of contact, Naval Facilities Engineering Systems Command Pacific Code CON31, Attn: Jamie Ikeda via email at jamie.m.ikeda.civ@us.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. Firms may be considered more favorably by demonstrating the following: Past performance as either the prime contractor or Joint Venture (JV) partner may be considered more favorable than past performance as a subcontractor Criterion 4 - Program Management and 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, and on the 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. 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. Evaluation of firms will include consideration of their location within the primary geographic area of the anticipated projects, primarily in the Philippines, Oceania Region, and Southeast Asia. Provide a narrative describing the team�s knowledge of the primary geographic areas in which projects could be located. Criterion 5 - 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 to ensure technical accuracy of and assurance of overall coordination of plans and specifications, and engineering and design services. 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. Criterion 6 - Volume of Work (SF330, Part 1, Section H) Firms will be evaluated in terms of work previously awarded to the firm by Department of Defense (DOD) within the past twelve (12) months with the objective of effecting an equitable distribution of DOD A-E contracts among qualified A&E firms. 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 100 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 Unique Entity Identifier 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 along with a detailed statement outlining the following in terms of percentages where appropriate: � The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. � The management approach in terms of who will conduct, direct, supervise, and control. � The structure and decision making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. � Identify by name and title the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents) A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, e-mail address, phone number, and facsimile number. 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 one (1) original and three (3) paper copies of the SF-330 and one (1) CD of the completed SF-330. The delivery addresses for SF-330s are as follows: 1. For SF-330s sent via United States Postal Services (USPS): Naval Facilities Engineering Systems Command Pacific Code CON31:JI (N62742-24-R-0002) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 2. For SF-330s sent via courier service or hand-delivered: Naval Facilities Engineering Systems Command Pacific Code CON31:JI (N62742-24-R-0002) 4256 Radford Drive, Building 62, Honolulu, HI 96818-3296� Firms responding to this announcement by 2:00 p.m. Hawaii Standard Time (HST) on 28 May 2024 will be considered.� Late responses will be handled in accordance with FAR 52.215-1. THIS IS NOT A REQUEST FOR PROPOSAL.�� The main point of contact is Jamie Ikeda, Contract Specialist, at jamie.m.ikeda.civ@us.navy.mil, and the alternate point of contact is Erik Torngren, Contracting officer, at erik.s.torngren.civ@us.navy.mil. 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 SAM web site https://www.sam.gov for information pertaining to this announcement. It is the offror�s responsibility to check the SAM website periodically for any modifications to the announcement. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to jamie.m.ikeda.civ@us.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.��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b22a70ffe7d54c538d382fe61ac8dd3b/view)
 
Place of Performance
Address: PHL
Country: PHL
 
Record
SN07052531-F 20240505/240503230037 (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.