DOCUMENT
C -- ARCHITECT-ENGINEER SERVICES FOR FY2014 PROJECT P-818 U.S. MARINE CORPS FORCES PACIFIC (MARFORPAC)HEADQUARTERS/OPERATIONS CENTER, CAMP H.M. SMITH, AIEA, HAWAII, U.S.A. - Attachment
- Notice Date
- 10/24/2012
- Notice Type
- Attachment
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274213R0002
- Response Due
- 11/2/2012
- Archive Date
- 11/17/2012
- Point of Contact
- Donna Matsuura 808-471-2235 Bernadette Julian, 808-471-1055
- Small Business Set-Aside
- N/A
- Description
- Modification 1: The pre-solicitation notice issued on October 1, 2012 is modified to include the following: 1. Contractors' questions and Government responses are provided in the attached file for information purposes. 2. The following paragraphs (located after selection criterion 9) are changed to read as follows: From: For selection criteria (1) and (2): A military headquarters facility is considered to be a facility that accommodates executive and staff functions of a general officer command. An operations control center is considered to be a command, control and coordination area in direct support of the operational mission of a general officer command. A general officer command is an organization within the U.S. Department of Defense that is commanded by a general officer. A general officer is an officer appointed by the President of the United States to a rank higher than colonel (Army, Air Force, Marine Corps) or Captain (Navy). A project is considered to be a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. A relevant project is new construction or major renovation of an existing military headquarters or operational control center, approximately 300,000 400,000 SF in building size, with an estimated construction cost of between $100,000,000 and $250,000,000, which included complexities such as phased construction, construction while portions of the facility are occupied, and construction involving historic structures. Major renovation is considered to be substantial restoration or modernization work totaling at least 50 percent of the replacement value of the facility. Additions to military headquarters or Operations Control Centers will not be considered relevant, unless the addition itself is within the range of building size, construction cost, and included complexities noted above for a relevant project. Projects including both a military headquarters and an operations control center will be given more favorable consideration than projects including only a military headquarters or an operations control center. Projects that were performed in a remote, resource-constrained environment with logistical challenges, similar to those faced by construction projects in Hawaii, will be given more favorable consideration. In addition, military headquarters or operations facilities designed for tropical environments similar to Hawaii will be considered more favorably. The intent is to ensure quality of design and construction and thereby extend the economic life of shore facilities in an environment considered aggressive because of constant sun, rain, salt-laden air, and humidity; frequent high winds, earthquakes, lightning storms, and other detrimental environmental aspects. Tropical environments are considered to occur in the tropical region, which is considered to cover a broad band of the earth's surface bordering the equator from the Tropic of Capricorn to the Tropic of Cancer. To: For selection criteria (1) and (2): A military headquarters facility is considered to be a facility that accommodates executive and staff functions of a general officer command. An operations control center is considered to be a command, control and coordination area in direct support of the operational mission of a general officer command. A general officer command is an organization within the U.S. Department of Defense that is commanded by a general officer. A general officer is an officer appointed by the President of the United States to a rank higher than colonel (Army, Air Force, Marine Corps) or Captain (Navy). A project is considered to be a stand-alone contract or a single task order under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. A relevant project is new construction or major renovation of an existing military headquarters or operational control center, approximately 300,000 400,000 SF in building size, with an estimated construction cost of between $100,000,000 and $250,000,000, which included complexities such as phased construction, construction while portions of the facility are occupied, and construction involving historic structures. Major renovation is considered to be substantial restoration or modernization work totaling at least 50 percent of the replacement value of the facility. Additions to military headquarters or Operations Control Centers will not be considered relevant, unless the addition itself is within the range of building size, construction cost, and included complexities noted above for a relevant project. Military headquarters and operations control center projects will be given more favorable consideration than headquarters and operations control center projects outside the Department of Defense. Projects including both a military headquarters and an operations control center will be given more favorable consideration than projects including only a military headquarters or an operations control center. Projects that were performed in a remote, resource-constrained environment with logistical challenges, similar to those faced by construction projects in Hawaii, will be given more favorable consideration. In addition, military headquarters or operations facilities designed for tropical environments similar to Hawaii will be considered more favorably. The intent is to ensure quality of design and construction and thereby extend the economic life of shore facilities in an environment considered aggressive because of constant sun, rain, salt-laden air, and humidity; frequent high winds, earthquakes, lightning storms, and other detrimental environmental aspects. Tropical environments are considered to occur in the tropical region, which is considered to cover a broad band of the earth's surface bordering the equator from the Tropic of Capricorn to the Tropic of Cancer. 3. Selection criterion 7, Commitment to Small Business (SB), is changed in its entirety as follows: From: 7. Commitment to Small Business (SB): The Government will evaluate two subfactors: (A) Past performance in Utilization of SB Concerns and (B) Participation of SB Concerns in this Project. Subfactor (A). PAST PERFORMANCE IN UTILIIZATION OF SB CONCERNS: The extent to which the proposal demonstrates the proposer s level of past performance in utilizing SB concerns, AbilityOne, Mentor-Protégé Agreements, and other socio-economic programs, as defined in FAR Parts 26.1 and 26.2, in subcontracting, and in meeting established SB subcontracting goals. Submittals that do not include responses addressing ALL elements of the requirements stated below (a. through g.) 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. 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 and Subcontracting Report for Individual Contracts and or Individual Subcontracting Reports (ISRs) on all contracts referenced under Selection Criterion 3, Past Performance. Reports for recently completed projects are desired. 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 Attachment D, SB Past Performance. f. SB proposers shall provide a subcontracting history on Attachment D), SB Past Performance. g. 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. If the Offeror is a Joint Venture, Partnership LLC or other entity consisting of more than one entity, provide past performance information, elements a. through f., 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: 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 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 (expressed in total subcontracted value): SB: 66.54 HUBZone SB: 8.76 SDB: 16.93 WOSB: 15.00 SDVOSB: 3.00 NOTE: (1) Slated Large Business firms will be required to submit a subcontracting plan prior to the interview. (2) In order to receive submittal evaluation benefit as HUBZone SB either as prime or subconsultant, proposed HUBZoneSB s must be certified by the SB Administration. Prime contractors may determine whether a prospective subconsultant is a certified HUBZone by accessing the SAM Website: http://www.sam.gov. To: 7. Firms will be evaluated on the extent to which their submissions demonstrate the identification and utilization and commitment to Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZone), Veteran Owned Small Business (VOSB), 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. Evaluations will be based on the information provided in the submission requirements for the following two sub criteria: Sub criteria A - Past performance in utilization of small business concerns. Submittals will be evaluated on the extent to which small businesses were utilized, and that assigned small business goals were achieved on previous contracts and/or on the extent that small businesses were utilized on projects in which no goals were assigned. Sub criteria B Utilization and Participation of small business concerns for this requirement. Large Business offerors will be evaluated on the extent to which they identify and commit to utilization and participation of SB, SDB, WOSB, SDVOSB, and HUBZone as demonstrated on their SF 330 s, Part II, paragraph 5b. Small Business offerors will be evaluated on the extent to which they commit to the utilization and participation of the various categories of small business concerns, either as the services they will perform in-house or services that will be performed by subcontractors for this project. Submission Requirements for Subcriteria A: Past performance in utilization of small business concerns. Offeror/s shall provide historical data on utilization of SB, SDB, WOSB, HUBZone, VOSB, SDVOSB and HBCU/MI. Large Business offerors shall submit three (3) final or most recent Individual Subcontracting Reports (ISRs) for similar contracts of relative size. If ISRs are not final or most recent, they will not be considered. If subcontracting goals on the submitted ISRs were not met, provide an explanation for each missed goal. If ISRs were not applicable to the similar contracts noted, submit other documentation which demonstrates utilization of the various small business category firms for the contracts; if small businesses were not utilized provide a detailed explanation. A sample template for subcontracting history for newly established large businesses or large businesses with no prior ISR history is provided as Attachment A. Small business offerors shall submit documentation which shows utilization of the various small business category firms for similar contracts of relative size. Note that small business offerors can and should include self-performed work for this sub criteria. Small business offerors are encouraged to utilize the sample template included as Attachment A to provide the required small business past performance information. Submission Requirements for Subcriteria B: Participation of small business concerns for this requirement. All offerors shall identify, in their SF-330, the subcontractors they will utilize for this project and the extent to which they commit to the participation of these small business concerns in terms of percentage of total subcontracted value. The FY 2013 NAVFAC goals are provided in terms of total planned subcontracting value for utilization of small business. Demonstrate how you plan to meet these goals: SB: 66.54%, HUBZone: 8.76%, SDB: 16.93%, WOSB: 15.00%, and SDVOSB: 3.00%. Large and Small Businesses that are slated: i) Large Business offerors will be required to submit a Small Business Subcontracting Plan including goals proposed for each small business category and all other program requirements per FAR 52.219-9 prior to the interview. The Small Business Subcontracting Plan template, Attachment B, shall be used to complete the subcontracting plan submission. Firms shall submit their Small Business Subcontracting Plan utilizing this template, and only this template. ii) Small Business offerors shall submit a Small Business Participation Plan, using the template at Attachment C. Small businesses can and should include planned self-performed work in Attachment C. Small business offerors are not to submit Small Business Subcontracting Plans, but shall utilize the template included as Attachment C to submit the required subcontracting participation information. 4. The response date/time is extended to November 2, 2012, 2:00 p.m., Hawaii Standard Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274213R0002/listing.html)
- Document(s)
- Attachment
- File Name: N6274213R0002_13-0002_QAs_Mod_1.pdf (https://www.neco.navy.mil/synopsis_file/N6274213R0002_13-0002_QAs_Mod_1.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6274213R0002_13-0002_QAs_Mod_1.pdf
- File Name: N6274213R0002_N6274213R0002_Attachments_A__C.docx (https://www.neco.navy.mil/synopsis_file/N6274213R0002_N6274213R0002_Attachments_A__C.docx)
- Link: https://www.neco.navy.mil/synopsis_file/N6274213R0002_N6274213R0002_Attachments_A__C.docx
- File Name: N6274213R0002_N6274213R0002_Attachment_B.doc (https://www.neco.navy.mil/synopsis_file/N6274213R0002_N6274213R0002_Attachment_B.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6274213R0002_N6274213R0002_Attachment_B.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274213R0002_13-0002_QAs_Mod_1.pdf (https://www.neco.navy.mil/synopsis_file/N6274213R0002_13-0002_QAs_Mod_1.pdf)
- Record
- SN02918312-W 20121026/121024233858-e8f99145e7eddeec61f6eab0b8a5576d (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 |