DOCUMENT
C -- INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR PLANNING AND ENGINEERING SERVICES AT VARIOUS LOCATIONS WORLDWIDE, WITH EMPHASIS IN THE PACIFIC AND INDIAN OCEAN AREAS - Attachment
- Notice Date
- 12/2/2015
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274216R0200
- Response Due
- 1/14/2016
- Archive Date
- 1/29/2016
- Point of Contact
- Annette Tijerina 808-471-0794
- Small Business Set-Aside
- Total Small Business
- Description
- 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 PROPOSAL (RFP) PACKAGE TO DOWNLOAD. Architect-Engineer (A-E) Services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) Contact for Planning and Engineering services located primarily in the Pacific and Indian Ocean areas, but may also include work worldwide. Services required under this contract include the preparation of various U.S. Navy and Marine Corps installation-specific (one Host Installation Command or tenant within that Installation) or facility specific (single facility or multiple facilities of the same functional type/use) planning studies or programming documents, and on limited occasions, related technical services and environmental documents/studies under the cognizance of the Naval Facilities Engineering Command Pacific. Services may also include projects at various Military Commands and Agencies (such as, U.S. Air Force, U.S. Army, U.S. Coast Guard, and other U.S. Agencies) worldwide. The primary tasks anticipated under this contract include, but are not limited to: Regional Integration Plans (RIP); Shore Infrastructure Plans (SIP); Installation Development Plans (IDP); Area Development Plans; Sustainable Design and Urbanism Planning; Healthy Community Planning; Recapitalization Planning; Form-based Planning; Capital Improvement Plans; Maintenance and Sustainment Plans; Transportation/Circulation Plans; Siting/Land Use Studies; Special Planning Studies; Asset Utilization Studies; Functional Studies; Anti-Terrorism/Force-Protection (AT/FP) Studies and Project Documents; Military Training Studies; Air Installations Compatible Use Zone (AICUZ) Studies; Range Installation Compatible Use Zone (RAICUZ) Studies; Airfield and/or Waterfront Studies; Encroachment Action Plans; Base Realignment and Closure (BRAC) Studies; Facilitation of Visioning and Scenario Planning Workshops and/or Design/Planning Charrettes; Facilities Requirements Plan (FRP); Military Construction (MILCON) and Special Projects documentation (normally on Department of Defense Standard Form 1391) with supporting documents (such as, Cost Estimate (first-cost and life-cycle-cost), Budget Estimate Summary Sheet (BESS), Team 1391 Checklist, NAVFAC 1391 Checklist, Site Plans, Location Map, Utilities Site Plan, Floor Plans, National Environmental Policy Act (NEPA) documentation, etc.); Host Nation Funded (HNF) Construction Project Documents/Demolition Documents; System Safety documents; Site Approval Requests; Geospatial Information and Services. The secondary tasks anticipated under this contract may include: Leadership in Energy and Environmental Design (LEED) Project Documents; Business Case Analysis; Economic Analysis and Facility Life Cycle Studies; Preliminary and Parametric Cost Estimates; Engineering and Architectural Studies; Landscape Architecture Plans; Real Estate Analysis; Enhanced Use Lease (EUL) Studies; Land Inventory Analyses; Land Survey and Topographic Mapping; Environmental Studies; Hazardous Material (HAZMAT) Test and Abatement Studies; Renewable Energy Research and Analysis; U.S. National Environmental Preservation Act (NEPA) documentation/studies (Record of Categorical Exclusion (RCE), Environmental Assessment (EA), Overseas Environmental Assessment (OEA), Finding of No Significant Impact (FONSI), Notice of Intent, Preliminary Description of Proposed Action and Alternatives (DOPAA), Environmental Impact Statement (EIS), Record of Decision (ROD), Overseas Environmental Impact Statement (OEIS); Environmental Review analyses and documentation, natural and cultural resources studies, conservation/preservation plans, socio-economic impact analyses, repatriation studies/plans. All work shall be performed in accordance with applicable Federal, State, and local policy, guidance, regulations, and laws including, but not limited to the Unified Facilities Criteria (UFC), Department of Defense Instructions (DoDI), Chief of Naval Operations Instructions (OPNAVINST), and Naval Facilities Engineering Command Instructions (NAVFACINST) and Programs. Evaluation and selection of the most highly qualified firm will be based on the selection criteria stated herein. The A-E must demonstrate its and each key consultant s qualifications with respect to the published selection criteria for all services. The following selection criteria 1 thru 7 are listed below in descending order of importance: 1.Specialized recent experience (within ten (10) years) and technical competence of the firm in the following types of planning documents and related technical services: a.Installation and Regional Planning (such as RIP, SIP, IDP, Encroachment Action Plans, Functional Studies, Traffic/Parking/Circulation Plans, Siting/Land Use Studies) b.Facility Requirements Plan (FRP) updates to the Navy s Shore Facilities Planning System c.Project Planning Documentation for MILCON, Special Projects, and Host Nation Construction Program projects. SUBMISSION REQUIREMENT: (SF330, Part 1, Section F). The submission should include a maximum of five (5) relevant projects demonstrating specialized experience of the proposed team in provision of the services noted in Criterion 1 (a, b, and c) above. The projects shall have been performed for the U.S. Military, for an A-E fee of $400,000.00 or more for each project, and completed within the 10 years immediately preceding the date of issuance of this notice. Projects that comply with the requirements of UFC 2-100-01 Installation Master Planning and the NAVFAC Installation Development Plan Consistency Guide or Marine Corps Order 11000.12 Real Property Facilities Manual, Facilities Planning and Programming will be evaluated more favorably. Projects for the U.S. Navy or U.S. Marine Corps will be evaluated more favorably than projects completed for other branches of the U.S. military or other government agencies. Projects within the Pacific and Indian Ocean areas will be evaluated more favorably than projects conducted in other geographic regions. Specialized experience of the prime firm will be evaluated more favorably than that of the subconsultants. Ensure that each project cited is either a standalone contract for a single tasking or a single task/delivery order on an Indefinite Delivery Indefinite Quantity contract. If more than five projects are provided, only the first five will be considered. Projects that have not been completed will be excluded from evaluation consideration. 2.Professional Qualifications of Key Personnel. Firms will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish tasks required under this contract. SUBMISSION REQUIREMENT (SF330 Part 1 Sections E, G, and D): a.Key Personnel Resumes: Provide resumes for a maximum of four key personnel (Project Manager, Senior Planner, Planner, GIS Specialist) to be assigned to this contract. For each key personnel, identify active professional registration or certification, area of expertise and demonstrated experience, role expected to play in this contract, and describe the roles they performed in a maximum of five completed U.S. Military projects relevant to Selection Criterion 1. Ensure that each project cited is either a standalone contract for a single tasking, or a single task/delivery order on an Indefinite Delivery Indefinite Quantity contract. Experience in U.S. Navy or U.S. Marine Corps projects will be evaluated more favorably than experience with projects performed for other branches of the U.S. military or other government agencies. Project experience within the Pacific and Indian Ocean areas will be evaluated more favorably than experience in projects conducted in other geographic regions. Personnel of the prime contractor will be evaluated more favorably than that of the subconsultants. Resumes for key personnel are limited to two (2) pages each. Any pages over this limit will not be considered. b.Organizational Chart of Proposed Team: In a consolidated organizational chart, identify each of the four key personnel in the firm s hierarchy. Also identify personnel from each of the following disciplines who will provide supporting services for this contract. a)Architecture b)Civil engineering c)Mechanical engineering d)Fire protection e)Electrical engineering f)Structural engineering g)Traffic engineering h)Acoustical engineering i)Ocean engineering j)Environmental engineering k)Explosive safety analysis l)Fuels Specialist m)Waterfront Operations Specialist n)Airfield Operations Specialist o)Archaeology/Cultural resources management p)Natural resources management q)Historical architecture r)Cost estimating s)Charrette facilitation If any of the key personnel or supporting disciplines being provided by subconsultant firms, identify the link between the prime and subconsultant personnel, designating the team member, firm, and capability each will provide for this contract. The chart shall be submitted on a single 11 x 17 sized sheet and use a font size of 10 points or larger. Resumes of personnel providing supporting services (items a through s above) are not required and will not be evaluated. 3. Past Performance. A-E firms will be evaluated based on past performance on projects relevant to selection criterion (1) above with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Past performance information not related to the projects related selection criterion (1) will not be considered. The A-E shall provide ACASS performance documentation or similar for each project. If an ACASS performance documentation or similar for each project is not available, provide a Performance Survey (download from the NECO website) and submit the Survey with the SF330). The Performance Survey shall be from the contracting agent and/or their representative responsible for the contract administration, or from the facility owner/user. It shall not be from the prime contractor on a project nor shall it be from a prime contractor to a subcontractor. 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. In evaluating past performance, the Government may consider information in the A-E s SF330 and information gathered from other sources including former customers, Government agencies, federal databases and other references. The info provided by the A-E may provide the major portion of the information used in the Governments 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 info such as the Past Performance Info Retrieval System (PPIRS), A-E Contract Administration Support System (ACASS), and inquiries with previous customers/owners. SUBMISSION REQUIREMENT: (SF330, Part 1, Section H). If an A-E is utilizing past performance information of affiliates/subsidiaries/parent /LLC/LTD member companies, the proposal shall clearly demonstrate that the affiliate/subsidiary/parent/LLC/LTD member companies will have meaningful involvement in the performance of the contract in order for the past performance info of the affiliate/subsidiary/parent/LLC/LTD member companies to be considered. The information submitted shall state specific commitments of technical resources (e.g. personnel, equipment) that the affiliate/subsidiary/parent/LLC/LTD member companies will commit to the performance of this contract. In particular, the submitted information will clearly state the specific commitments of resources of the affiliate/subsidiary/parent/LLC/LTD member that will perform the contract requirements. The SF330 shall also describe specific roles of the affiliate/subsidiary/parent/LLC/LTD member companies in terms of the work it will either self-perform or manage on behalf of the A-E for future task orders in performance of the contract. A subcontractors or subconsultants past performance will not be given the same level of consideration as either the prime contractor or the joint venture partner because there is no direct legal relationship between the Government and the subcontractor/subconsultant. The Government will consider the past performance and experience of a subcontractor/subconsultant where the prime contractor provides, in its SF330, evidence of a binding teaming agreement or other contractual agreement which creates legal responsibility on the part of the prime contractor and the subcontractor/subconsultant to enter into a subcontract. However, the level of consideration will depend on the extent to which the A-E demonstrates the prime contractors commitment to award a subcontract to the subcontractor/subconsultant and subcontractors/subconsultants commitment to enter into a subcontract with the prime contractor, including legal accountability for both parties. Prime contractor-subcontractor/subconsultant teams/Joint Ventures/LLCs/LTDs with a demonstrated history of working successfully together on prior projects may be considered more favorably than those without such history. 4.Capacity to accomplish the work in the required time. SUBMISSION REQUIREMENT: (SF330, Part 1, Section H). Describe the proposed team s ability to complete several large and small task orders concurrently requiring quick turnaround. Describe the firm s ability to perform and manage multiple complex projects in different locations and the ability to surge to meet unexpected demands. Describe the firm s ability to provide qualified backup staffing for key personnel to ensure continuity of service with minimal disruption to projects initiated under other NAVFAC PAC contracts/task orders. Indicate the firm s current workload and the availability of the prime and subconsultants for the specified performance period. 5.Quality Control Program. SUBMISSION REQUIREMENT: (SF330, Part 1, 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. 6.A-E Firm s Location: 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. Locations within the general geographical area of the work and knowledge of the locality of the work (e.g., Hawaii, Guam, and other areas within the NAVFAC Pacific AOR) will be evaluated. SUBMISSION REQUIREMENT: (SF330, Part 1, Section H). Indicate the location of the 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 within the NAVFAC Pacific AOR). Address ability of the firm to ensure timely response to requests for on site support. 7.Volume of Work: A-E firms will be evaluated in terms of work previously awarded to the A-E firm by Department of Defense (DoD) within the past 12 months, 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 1, Section H). Provide a list of DoD contracts or task orders awarded in the past 12 months. Include dollar amount for each contract/task order awarded. If the firm performed work as a subcontractor, indicate the contract and/or task order of the prime contractor and the estimated amount completed as the subcontractor. A-E firms with multiple offices shall indicate which branch office completed each project. This procurement is being solicited on a 100% set-aside for small business concerns; therefore, replies to this notice are requested from only small business concerns. The North American Industry Classification System (NAICS) Code is 541310. The Small Business size standard is $7.5 million average annual receipts over the past three years. Estimated date of contract award is August 2016. 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 $20,000,000. The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the Government subject to the workload and/or satisfactory performance by the A-E under the contract. There will be no synopsis in the event the options included in the contract are exercised. The minimum guarantee for the entire contract term (including option years) is $10,000. There will be no dollar limit per task order and no dollar limit per year. No other general notification to firms for other similar projects performed under this contract will be made. The contract will be of the Indefinite Quantity type where the work will be required on an as needed basis during the life of the contract providing the government and contractor agree on the amount. Each project contract will be a firm fixed price A-E Contract. All contractors are advised that registration in the System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render the A-E ineligible for award. For more information, check the SAM Website: https://www.sam.gov. Completion of electronic annual representations and certifications is also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications (May 2014). For technical SAM help, contact the SAM help desk at www.fsd.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. Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate: (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. The government will put more importance on criteria performed in whole or in part by the prime contractor vice a subcontractor. Submittals that do not include responses addressing ALL elements of the criteria stated above must include an explanation why that element is not addressed. Any other information submitted such as company brochures, leaflets, etc., will not be considered. The contract will require that the selected A-E firm have e-mail and Internet on-line access for routine exchange of correspondence. All questions should be submitted in writing and forwarded via e-mail to Ms. Annette Tijerina, annette.tijerina@navy.mil and Lorna Sikorski, lorna.sikorski@navy.mil, no later than 16 December 2015. Questions submitted after 16 December 2015 may not be addressed due to time constraints. Verbal queries will not be entertained. All potential offerors are advised to check daily the NECO website, https://www.neco.navy.mil/, or Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this presolicitation notice. 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 procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract Architect-Engineer (A and E) services for Planning and Engineering services located in the Pacific and Indian Ocean areas, but may also include work worldwide, and will be procured in accordance with the Brooks Act as implemented by FAR Subpart 36.6. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: Standard Form 330s will be evaluated to determine the most highly-qualified firm based on criterion responses. Failure to provide requested data or to comply with the instructions in this notice could result in a firm being considered less qualified or eliminated from consideration. Brooks Act (PL 92-582) and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures apply. The A and E must demonstrate the team s qualifications with respect to the published evaluation criteria. Failure to provide complete submission information defined in the evaluation factors below may affect a firm s qualification ratings. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Include a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria. If necessary, continue on plain bond paper. The SF 330 shall be typed and one-sided (8.5 x 11 inches) pages. Include the following items on the SF330, Part 1, Section H, Block 30 of the SF 330: (1) a summary of qualifications in narrative discussion addressing each of the above selection evaluation criteria, (2) an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E with the associated firm as listed in Section C, (3) your DUNS, CAGE, and TIN numbers, and (4) evidence that your firm is permitted by law to practice the professions of architecture or engineering, i.e., State registration number. This announcement requires all interested firms to have an email address. Notifications will be via email, therefore, please include an email address on the SF 330, Part I, Section B8. In accordance with the Brooks Act, the A-E firm must be a registered /licensed architect and/or engineering firm to be eligible for award of this contract and must submit proof (i.e. State registration number, a brief explanation of the A-E firm s licensing in states that do not register firms, etc.) with the SF 330. Failure to submit the required proof may result in an A-E s elimination from consideration. Interested firms must allow sufficient time for receipt of submission. Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, A-E Qualifications to the office shown below. SF330, Part II, shall be submitted for each firm that will be part of the team proposed and identified in Part I. Submit three (3) hard copies and one (1) electronic copy on a CD of Parts I and II are required. Firms responding to this announcement by 14 January 2016, 2:00 p.m. Hawaii Standard Time (HST) will be considered. This is not a request for a proposal. (1)For SF330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch (ACQ31:AT) N62742-16-R-0200 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2)For SF330s being hand-delivered or Private Courier: Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch (ACQ31:AT) N62742-16-R-0200 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274216R0200/listing.html)
- Document(s)
- Attachment
- File Name: N6274216R0200_Synopsis_PERFORMANCE_SURVEY.pdf (https://www.neco.navy.mil/synopsis_file/N6274216R0200_Synopsis_PERFORMANCE_SURVEY.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6274216R0200_Synopsis_PERFORMANCE_SURVEY.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274216R0200_Synopsis_PERFORMANCE_SURVEY.pdf (https://www.neco.navy.mil/synopsis_file/N6274216R0200_Synopsis_PERFORMANCE_SURVEY.pdf)
- Record
- SN03958475-W 20151204/151202234244-bcaf6fbb00b91fab40856ae5017a32cd (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 |