DOCUMENT
C -- IDIQ ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF - Attachment
- Notice Date
- 9/17/2012
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274212R0005
- Response Due
- 10/17/2012
- Archive Date
- 11/1/2012
- Point of Contact
- A. Saki-Eli 8084745356
- E-Mail Address
-
A. Saki-Eli
(ann.sakieli@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Services include, but are not limited to, the preparation of Military Construction (MILCON) DD1391 project documentation, specifications utilizing the Department of Defense SPECSINTACT program, cost estimates utilizing the NAVFAC SUCCESS ESTIMATOR program, and other services such as design and engineering services for Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) projects, RFP documentation and plans and specifications for modified Design-Build (DB) projects, RFP documentation and plans and specifications for Design-Bid-Build projects at various locations in all areas under the cognizance of NAVFAC Pacific. The scope of work includes focus on general military construction such as military operations and administrative buildings but may also include other types of construction such as aviation and waterfront facilities, infrastructure improvements, firing ranges and living quarters. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. The following selection criteria, in relative order of importance, will be used to evaluate the qualifications of the A-E firms: Criterion (1). Professional qualifications, specialized recent relevant experience and technical competence of the firm and key personnel. Professional qualifications will consider education, training, registration, and longevity with the firm. Specialized recent relevant experience and technical competence of firm and key personnel will be evaluated for preparation of Military Construction (MILCON) DD1391 project documentation, specifications utilizing the Department of Defense SPECSINTACT program, cost estimates utilizing the NAVFAC SUCCESS ESTIMATOR program, and other services such as design and engineering services for Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) projects, RFP documentation and plans and specifications for modified Design-Build (DB) projects, RFP documentation and plans and specifications for Design-Bid-Build projects, in a tropical environment similar to Hawaii, Guam, and other Pacific Ocean areas. NOTE: Specialized recent experience and technical competence of firm and key personnel of the prime A-E will be given more favorable consideration. SUBMISSION REQUIREMENTS: (1) SF330, Part I, Section E. Key personnel shall be proposed for the following disciplines: architectural, structural, civil, electrical, mechanical, fire protection, blast, and cost engineering. Complete one Section E for each key personnel, providing all requested information. Block 13, specify the proposed role of the key personnel in this Contract; i.e., Principal, Project Architect, Project Engineer, Architect, or Engineer, etc. Do not use other company titles such as Type I Engineer where the discipline and role are unidentifiable. Block 16, Education: Identify type of degree and specialization, i.e., BS Electrical Engineering Do not state Bachelors where specialization is unknown. Block 17, Current Professional Registration: Identify State and Discipline of professional registration, i.e., Hawaii, Structural PE. Do not use Hawaii, PE where the discipline is unknown. Block 19, shall include a maximum of five (5) completed relevant projects along with description of correlated A-E support services rendered (Military Construction (MILCON) DD1391 project documentation, specifications utilizing the Department of Defense SPECSINTACT program, cost estimates utilizing the NAVFAC SUCCESS ESTIMATOR program, and other services such as design and engineering services for Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) projects, RFP documentation and plans and specifications for modified Design-Build (DB) projects, RFP documentation and plans and specifications for Design-Bid-Build projects). If more than five projects are submitted for evaluation, the Government will evaluate the first five projects and disregard any other project information after the first five projects. Professional services of projects submitted must have been completed within the past 5 years. (2) SF330, Part I, Section F. Provide in Section F a maximum of ten (10) completed recent relevant projects along with description of correlated A-E support services rendered (Military Construction (MILCON) DD1391 project documentation, specifications utilizing the Department of Defense SPECSINTACT program, cost estimates utilizing the NAVFAC SUCCESS ESTIMATOR program, and other services such as design and engineering services for Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) projects, RFP documentation and plans and specifications for modified Design-Build (DB) projects, RFP documentation and plans and specifications for Design-Bid-Build projects). Professional services of relevant projects submitted must have been completed within the past 5 years. If more than 10 projects are submitted for evaluation, the Government will evaluate the first ten projects and disregard any other project information after the first ten projects. A project is defined as either a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. Section F, Block 25, item (3) ROLE, shall clearly identify the prime contractor (e.g., ROLE, Architectural prime A-E). (2) SF330, Part I, Section H. Provide a list indicating by discipline (i.e., architectural, structural, civil, electrical, mechanical, fire protection, blast, and cost engineering) the number of licensed professionals proposed for this project. Criterion (2). Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. SUBMISSION REQUIREMENT: SF330, Part I, Section H. For each relevant project submitted in Section F, submit a DD2631,Performance Evaluation (Architect-Engineer). If a DD2631 is not available, provide a Performance Survey (download from NECO, https://www.neco.navy.mil) and submit the Survey with the SF330. The Performance Survey shall be from the contracting agent and/or their representative responsible for the construction contract administration, or from the facility owner/user. It shall not be from the prime contractor on a design-build project nor shall it be from a prime contractor to a sub-contractor. Otherwise provide a Performance Evaluation for other relevant projects not indicated in Section F. If more than 10 performance evaluations are submitted for evaluation, the Government will evaluate the first ten and disregard any other information after the first ten performance evaluations. The information provided in the SF330 may provide the major portion of the information used in the Government s evaluation for past performance. The Government however, is not restricted to the information provided by the Offeror and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS), Architect-Engineer Contract Administration Support System (ACASS) and inquiries with previous customers / owners. If the A-E received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the A-E to provide an explanation of the rating and what the A-E has done or will do to preclude less than satisfactory ratings on future contracts. Do NOT submit design awards. Criterion (3). Capacity to accomplish the work in the required time. SUBMISSION REQUIREMENT: SF330, Part I, Section H. Describe the proposed team s ability to complete several large and small task orders concurrently requiring quick turnaround. Indicate the firm s current workload and the availability of the prime and subconsultants for the specified performance period. Criterion (4). Knowledge and demonstrated experience in applying sustainability (e.g., LEED) concepts and principles through an integrated design approach. SUBMISSION REQUIREMENT: SF330, Part I, Section H. Provide specific examples of a maximum of five (5) projects completed that applied sustainability concepts and principles through an integrated design approach. Discuss key LEED personnel experience and qualifications. Criterion (5). Small Business Utilization. The Government will evaluate two subfactors: (A) Past performance in Utilization of Small Business Concerns and (B) Participation of Small Business Concerns in this Project SUBMISSION REQUIREMENTS: SF330, Part I, Section H: Subfactor (A). PAST PERFORMANCE IN UTILIIZATION OF SB CONCERNS: Submittals that do not include responses addressing ALL elements of the requirements stated below (a. through f.) must include an explanation why that element is not addressed. a.Provide performance evaluation ratings (i.e., DD2631 or equivalent) obtained on the implementation of SB subcontracting plans for all of the offeror s contracts referenced under Selection Criterion 3, Past Performance. Recently completed project evaluations are desired, however, in the absence of recently completed project evaluations, interim ratings for projects that are 80% complete may be considered. If more than five evaluation ratings are provided, only the first five will be considered. In addition, the Government may consider past performance info on other projects as made available to the Government from other sources (such as Architect-Engineer Contract Administration Support System (ACASS). b.Provide info on national and industry-issued awards that offerors received for outstanding support to SB concerns within the past five (5) years. Include purpose, issuer, and date of award(s). National and industry-issued awards received beyond five (5) years will not be considered. c.Provide info on previous, existing, planned or pending mentor-protégé agreements (MPA) under any Federal Government or other program held within the last five years. Information should include, at a minimum, the members, objectives, period of performance, and major accomplishments during the MPA. d.Provide info on past use of Community Rehabilitation Program (CRP) organizations certified under the AbilityOne Program by NISH or the National Industry for the Blind (NIB). Information should include the contract type, type of work performed, period of performance, and number of employed severely handicapped persons. e.Provide SB subcontracting history. Large businesses with Federal contracting experience shall provide completed or most recently approved SF294s andSubcontracting Report for Individual Contractsand or Individual Subcontracting Reports (ISRs) on all contracts referenced under Selection Criterion 3, Past Performance. Reports for recently completed projects are desired, however, in the absence of recently completed project reports, interim reports may be considered if the project is at least 80% complete. If more than five (5) reports are provided, only the first five (5) will be considered. If goals were not met on submitted contracts, provide an explanation as to why. Newly established Large Businesses, or Large Businesses with no prior SF294/ISR history shall submit a subcontracting history on the form Small Business Past Performance . Download the form from NECO (https://www.neco.navy.mil. f.SB proposers shall provide a subcontracting history on the form Small Business Past Performance . Download the form from NECO (https://www.neco.navy.mil. NTOE: If an Offeror is utilizing past performance info of affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the solicitation), the proposal shall clearly demonstrate that the affiliates/subsidiaries/parent/LLC/LTD member companies will have meaningful participation of all members in the management of the subcontracting program/plan by identifying the personnel or resources from the member companies that will be dedicated to managing the plan, and an organization chart which demonstrates the reporting chain within the membership. Subfactor (B). PARTICIPATION OF SB CONCERNS IN THIS PROJECT: a. Identify, in terms of dollar value and percentage of total proposed price, the extent of work you will perform as the prime contractor. If submitting an offer as a Joint-Venture (JV), please identify the percentage of work each member will be responsible for and indicate the size status of each member, e.g., LB, SB, SDB, WOSB, HUBZone SB, etc. b.Address planned usage of SB concerns, including SDB, HUBZone, WOSB, SDVOSB and Historically Black Colleges and Universities/Minority Institution. SB Subcontracting Targets that meet or exceed the NAVFAC SB Subcontracting Targets, and a commitment to using SBs, including AbilityOne CRP organizations and mentor-protégé agreements for this project. Proposed goals exceeding the NAVFAC Subcontracting Targets may be rated higher. The proposed goals and NAVFAC Subcontracting Targets are expressed as a percentage of total subcontracted values. The Secretary of the Navy has assigned the NAVFAC goals for Fiscal Year (FY) 2013 through FY 2016 in terms of percentages of total planned subcontracting dollars for utilization of SBs. The NAVFAC Subcontracting Targets in percentages for this project are as follows: FY13FY14FY15FY16 * SB 67.0767.7468.4269.11 HUBZone SB8.768.899.029.16 SDB 17.0117.2717.5317.79 WOSB C15.0015.1515.3015.45 SDVOSB 3.173.483.834.22 *And Beyond Expressed in total subcontracted value. NOTE: (1) Slated Large Business firms will be required to submit a subcontracting plan prior to the interview. (2) In order to receive proposal evaluation benefit as HUBZone SB either as prime or subconsultant, proposed HUBZoneSB s must be certified by the Small Business Administration. Prime contractors may determine whether a prospective subconsultant is a certified HUBZone by accessing http://dsbs.sba.gov/dsbs/search/dsp_dsbs.cfm. Criterion (6). A-Es quality control program; SUBMISSION REQUIREMENT: SF330, Part I, Section H. Briefly describe how the prime ensures quality consistently across the entire team and how quality of subcontractors work is assured. Briefly describe internal quality assurance procedures and indicate effectiveness. Address the team s QC processes for checking documents for errors, omissions and quality and incorporating and tracking review comments. Criterion (7). Location in the general geographical area of the project and knowledge of the locality of the project (e.g., Hawaii, Guam and other areas in the Pacific Ocean) SUBMISSION REQUIREMENT: SF330, Part I, Section H. Indicate location of office that will be performing the work including sub-consultants offices. Describe and illustrate the team s knowledge of the geographical area (e.g., Hawaii, Guam and other areas in the Pacific Ocean). Address ability of the firm to ensure timely response to requests for on-site support. Criterion (8). Volume of work previously awarded to the firm by the Department of Defense with the objective of effecting an equitable distribution of Department of Defense A-E contracts among qualified A-E firms and firms that have not had Department of Defense contracts. SUBMISSION REQUIREMENT: SF330, Part I, Section H. Provide a summary of contract actions awarded in the last 12 months. Include dollar amount for each contract action awarded. Firms with multiple offices shall indicate which office was awarded the contract action. This announcement is UNRESTRICTED and open to large and small business concerns. The North American Industry Classification System (NAICS) Code is 541330. The small business size standard is $14.0 million average annual receipts over the past three years. If a large business is selected for this contract, a subcontracting plan will be required (FAR 52.219-9). The resultant contract will be an Indefinite Delivery Indefinite quantity (IDIQ) contract. Work under this IDIQ contract will be issued by firm-fixed price task orders. The contract term will be a base year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $10,000,000. The Government guarantees a minimum of $10,000 for the contract term. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Estimated construction cost of project may be between less than $5,000 and more than $100,000,000. Estimated date of contract award is February 2013. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. Offerors are required to complete the Systems for Award Management (SAM) via website https://www.sam.gov. 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 sitting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and consultants for this contract will be required to perform throughout the contract term. This announcement requires all interested firms to have a facsimile number and an email address. Notifications will be via facsimile or email, therefore, facsimile number must be shown on the SF 330, Part I, Section B7 and the email address must be shown on the SF 330, Part I, Section B8. A E firms meeting the requirements described in this announcement are invited to submit a completed SF330, Architect Engineer Qualifications. SF330, Part II, shall be submitted for each firm that will be part of the team proposed and identified in Part I. An original and two paper copies and one electronic copy of your SF330 are required. The AE is responsible for ensuring that all original paper and electronic copies are identical. Should there be a discrepancy between the paper and electronic versions, the paper copy shall govern. Firms responding to this announcement by 17 October 2012, 2:00 p.m. Hawaii Standard Time (HST) will be considered. No electronic mail or facsimile submittals of the SF330s will be accepted. SF330s shall be submitted in a sealed envelope/package/box and marked in the bottom right corner "SF330 SUBMITTED UNDER ANNOUNCEMENT N62742-12-R-0005 - DO NOT OPEN IN MAILROOM" to Ann Saki-Eli, Contract Specialist, NAVFAC Pacific at: (1) If sent via U. S. Postal Mail: Naval Facilities Engineering Command, Pacific Construction Contracts Branch (ACQ31:AHS) 258 Makalapa Drive, Suite 100 Pearl Harbor, HI 96860-3134 (2) If hand-carried/Private Courier: Naval Facilities Engineering Command, Pacific Construction Contracts Branch (ACQ31) 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296 Interested firms must allow sufficient time for receipt of submission. This is not a request for a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274212R0005/listing.html)
- Document(s)
- Attachment
- File Name: N6274212R0005_PERFORMANCE_SURVEY.doc (https://www.neco.navy.mil/synopsis_file/N6274212R0005_PERFORMANCE_SURVEY.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6274212R0005_PERFORMANCE_SURVEY.doc
- File Name: N6274212R0005_SMALL_BUSINESS_PAST_PERFORMANCE.docx (https://www.neco.navy.mil/synopsis_file/N6274212R0005_SMALL_BUSINESS_PAST_PERFORMANCE.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6274212R0005_SMALL_BUSINESS_PAST_PERFORMANCE.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274212R0005_PERFORMANCE_SURVEY.doc (https://www.neco.navy.mil/synopsis_file/N6274212R0005_PERFORMANCE_SURVEY.doc)
- Record
- SN02885761-W 20120919/120918000858-1c78a04c0dcedbc912c41977515137c8 (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 |