DOCUMENT
C -- Indefinite Delivery Indefinite Quantity Contract for Construction Surveillance and Inspection, Title II, Services and other design and engineering services for various National Science Foundation - Attachment
- Notice Date
- 12/20/2016
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274217R0002
- Response Due
- 1/9/2017
- Archive Date
- 10/31/2017
- Point of Contact
- Dean Burnett 808-474-4550 Ann Saki-Eli, 808-474-5356
- E-Mail Address
-
Dean Burnett
(ernest.burnett@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFCATIONS, IS CONTAINED HEREIN. THERE IS NO RFP PACKAGE TO DOWNLOAD. Architect-Engineer (A-E) services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Construction Surveillance and Inspection (Title II) Services and other design and engineering services for various National Science Foundation Projects at Antarctica and New Zealand. Services may include, but are not limited to, design, studies, reviews, construction surveillance, construction inspection (including preparation of inspection reports, weekly and end of the season reports), cost estimating, life cycle cost analysis, with emphasis on mechanical and electrical work. Other design and engineering services may be required to support various NSF projects. Disciplines shall primarily include mechanical, electrical, fire protection and secondarily structural, architectural and civil review. Mechanical work shall include commissioning. Personnel traveling to Antarctica must pass strict medical and dental examinations. 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. Evaluation and selection of the most highly qualified firm will be based on the following selection criteria, listed in descending order of importance: Criterion 1. Firm s Specialized Experience: Firms recent specialized experience in the design, review, studies, construction surveillance, and inspection of relevant projects. Relevant project involves heating, cogeneration, structural insulated panels (SIP), utilidors, and mechanical and electrical commissioning completed within the past five (5) years and in extremely remote, cold weather climate similar to Antarctica. Submission Requirements: SF330, Part I, Section F. Submit a maximum of five (5) relevant projects, which best demonstrate the firm s recent specialized experience in design, review, studies, construction surveillance, inspection services in relevant projects. If more than five (5) projects are submitted, the Government will evaluate the first five (5) projects listed in Part I, Section F and disregard any other project information. Each project shall include (1) project title; (2) location; (3) year completed; (4) project owner; (5) point-of-contact name, e-mail address, and phone number; (6) contract number or project identification number; (7) contract performance period; (8) contract award amount; (9) estimated construction cost; and (10) description of project and relevance to this solicitation. A project is defined as either a stand-alone contract or a single task order in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. For IDIQs, the Government will not evaluate information provided for an IDIQ contract and will only evaluate individual task order information. The submission shall include a discussion of who executed the project as pertinent to demonstrating the firm s specialized experience. If a project was performed by a joint venture (JV), and all JV partners are not on the team proposed for this solicitation, the offeror should specifically address the work performed on the project submitted by the proposed JV partner(s). If the project description does not clearly delineate the work performed by the proposed JV partner(s), the project will be evaluated less favorably. Likewise, if the proposed JV partner(s) worked as a subcontractor on a project, the offeror should specifically address the work performed by the proposed JV partner(s) on the project submitted. If a project does not provide requested data, accessible point-of-contact, or valid phone number, that project may be evaluated less favorably. Note: If the A-E firm is a JV, info should be submitted for projects performed by the JV; however, if there are no relevant projects performed by the JV, submit projects performed by the individual partner entities of the JV. A-E subconsultants specialized experience on a Design-Bid Build project will not be given the same level of consideration as the A-E prime contractor s or JV partner s. Specialized experience of an A-E subcontractor to a construction contractor, serving as the Designer-of-Record on a Design-Build project, will be given the same level of consideration as an A-E firm s for a DBB project. Prime contractor-subcontractor/JVs/LLCs/LTDs with a demonstrated history of working together on prior projects will be considered more favorably than those without such history. Criterion 2. Key Personnel s Professional Qualifications, and Specialized Experience and Technical Competence: (a) Professional Qualifications: Professional qualifications of key personnel proposed. Submission Requirements: SF330, Part I, Section H. Provide a list of key personnel that shall be limited to the following: Principal-in-Charge of the prime A-E firm, Site Inspector, Mechanical Project Engineer, Electrical Project Engineer, Fire Protection Project Engineer, Cost Estimator, Architect, Structural Engineer, Civil Engineer, Environmental Engineer and Geotechnical Engineer. SF330, Part I, Section E. Submit professional qualifications for these key personnel, including active U.S. professional registration (include State and discipline), number of years of experience, role in this contract, firm name and location, and education. For Cost Estimator and Site Inspector, indicate number of years of experience, role in this contract, firm name and location, and education. Professional qualifications of other non-key personnel shall not be submitted, and if submitted, shall not be considered in the evaluation. Do not use other company titles such as Type I Engineer where the discipline and role are unidentifiable. (b) Specialized Experience and Technical Competence: Key personnel specialized experience and technical competence See Selection Criteria 1 for definition of specialized experience and relevant project. Submission Requirements: SF330, Part I, Section E. Specialized experience and technical competence shall be limited to the Principal in Charge of the prime A-E firm, Mechanical Project Engineer, Electrical Project Engineer, Fire Protection Project Engineer, Architect, Structural Engineer, Civil Engineer and Inspector. Relevant project information for other key personnel is not required and if submitted, shall not be considered in the evaluation. For these other key personnel, complete Blocks 12 through 18; and leave Block 19, Relevant Projects, blank. Submit a maximum of five (5) projects for each Principal in Charge of the prime A-E firm, Mechanical Project Engineer, Electrical Project Engineer, Fire Protection Project Engineer, Architect, Structural Engineer, Civil Engineer and Inspector, demonstrating specialized experience in relevant projects. A project is defined as either a stand-alone contract or a single task order in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. If more than five (5) projects are submitted, the Government will evaluate the first five (5) projects listed in Part I, Section E and disregard any other project information. Each project shall include project title and location, year completed, brief description, point-of-contact name, e-mail address, phone number, contract number or project identification number, contract performance period, contract award amount, estimated construction cost, and the role and experience the Architect/Engineer had in performing the project. Experience in a role other than Architect/Engineer for project submitted will not qualify as specialized experience and technical competence. If project description does not clearly define the role performed by the proposed Architect/Engineer or if a project does not provide the requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably or as not qualified. Criterion 3. Past Performance: Firms will be evaluated on past performance on relevant projects with respect to work quality, compliance with schedules, cost control, and cooperation and responsiveness. Submission Requirements: SF330, Part I, Section H. For each relevant project submitted for Criterion (1), Firm s Specialized Experience, submit a DD2631, Performance Evaluation (Architect-Engineer) or Contractor Performance Assessment Report (CPAR). If a DD2631 or CPAR 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 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. Past performance information not related to the projects described to meet Criterion (1) will not be considered. 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. PPIRS/ACASS will be evaluated for the firm that will perform the work and search will be based upon the DUNS number provided for the firm. 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. Letters of commendation or awards are not required, and if submitted, shall not be considered in the evaluation. A-E subconsultants past performance on a Design-Bid-Build project will not be given the same level of consideration as the A-E prime contractor s or JV partner s. Past performance of an A-E subcontractor or subconsultant, serving as the prime A-E or Designer-of-Record on a Design-Build project, will be given the same level of consideration as an A-E firm s for a DBB project. However, past performance of an A-E subcontractor or subconsultant, serving as the prime A-E or Designer-of-Record on a DB project, shall be demonstrated by the submission of a Performance Survey, as described above, and not by the prime contractor s Contractor Performance Assessment Reporting System (CPARS) or Construction Contractor Appraisal Support System (CCASS) rating. Criterion 4. Capacity to perform the work in the required time and ability to accomplish multiple projects concurrently. Firms will be evaluated on the firm s capacity to accomplish the work in the required time and ability to accomplish multiple projects concurrently. Submission Requirements: SF330, Part I, Section H. Address staffing and capacity to accomplish the work under this IDIQ contract. Address how the firms organizational construct is most efficient and effective in the execution of work. Identify team composition (prime A-E firm, subcontractor/subconsultant of major design disciplines, and other required design firms) and personnel (key personnel and other personnel of major design disciplines only). For all key personnel identified in Selection Criterion 2, explain their roles and responsibilities in the proposed organization. Indicate the firm s current workload and the availability of the prime and subconsultants for the specified performance period. Criterion 5. Sustainable Design: Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System or equivalent Third Party Certification agency. Submission Requirements: SF330, Part I, Section H. Provide a maximum of three (3) projects in extremely remote, cold weather climate similar to Antarctica that have attained or been submitted for LEED certification or equivalent. For projects not yet certified, identify the date the project was submitted. For all projects, identify the teams major contribution(s) (design elements, features, equipment, etc.) in attainment of the certification. If more than three projects are submitted for evaluation, the Government will evaluate the first three projects and disregard any other project information after the first three projects. LEED certified projects will be considered more favorably than projects not yet certified. Criterion 6. Design Quality Control Program (DQCP): Firms will be evaluated on the acceptability of their internal design quality control program used to ensure technical accuracy of drawings, specifications, cost estimates and other required technical data. Submission Requirements: SF330, Part I, Section H. 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. Describe the design quality control organization structure; and list the responsible personnel. Describe the methodology that will be used to eliminate errors, omissions, interferences, and inconsistencies between all design disciplines and consultants, inconsistencies between drawing, specifications, and cost estimates; and for the incorporation of the latest criteria, lessons learned and review comments. Briefly describe how the prime A-E will ensure quality consistently across the entire team and how quality of subcontractors work is assured. Address the team s QC processes for checking documents for errors, omissions and quality, and incorporating and tracking review comments. Criterion 7. Firms location in the general geographical area of the project and knowledge of the locality of the project: Submission Requirements: 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; i.e., extremely remote, cold weather locations similar to Antarctica. Address ability of the firm to ensure timely response to requests for on-site support. Criterion 8. Volume of Work: Firms will be evaluated in terms of work previously awarded to the firm by the Department of Defense (DoD) within the past 12 months with the objective of effecting an equitable distribution of DoD A and E contracts among qualified A and E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Submission Requirements: SF330, Part I, Section H. Provide a list of DoD contracts awarded in the last 12 months. Include dollar amount for each contract/task order awarded. Firms with multiple offices shall indicate which office was awarded the contract/task order. This procurement is being solicited on an unrestricted basis. The North American Industry Classification System (NAICS) Code is 541330. The Small Business size standard is $15 million average annual receipts over the past 3 years. The planned contract type is an Indefinite Delivery-Indefinite Quantity (IDIQ) type contract where work will be ordered via task orders on an as-needed basis during the life of the contract provided the Government and the contractor agree on the amount. Each task order will be a firm fixed price A-E contract. The duration of the contract will be for one (1) year from the date of initial contract award with four (4) additional one-year option periods. The total amount that may be paid under this contract (including option years) will not exceed $10,000,000 for the entire contract term. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or acceptable A-E performance under the subject contract. There will be no synopsis in the event the options are exercised. The minimum guarantee for the entire contract term (including option years) is $10,000 and will be satisfied by the award of the initial Task Order. 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. Estimated award timeframe is September 2017. This proposed contract is being solicited on an unrestricted basis. 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 your firm ineligible for award. For more information, check the SAM Website at http://sam.gov. Completion of electronic annual representations and certifications are also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications. JVs (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 selected A-E firm may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within twenty days of the meeting. The contract will require that the selected A-E firm have e-mail and Internet on-line access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300 Organizational Conflicts of Interest. The selected firm, its subsidiaries or affiliates may be tasked to assist in the preparation of a statement of work, a plan, or a specification for a construction project. This includes concept design, 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 subconsultants for this contract will be required to perform throughout the contract term. 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. Notifications will be sent via email; therefore, please include an email address in Block 8 of the SF 330. All questions should be submitted in writing and forwarded via e-mail to Mr. Dean Burnett, ernest.burnett@navy.mil. Questions submitted within 15 days of the closing date may not be answered by the Government. All potential offerors are advised to check daily the Navy Electronic Commerce Online (NECO) website, https://www.neco.navy.mil or Federal Business Opportunities website, https://www.fbo.gov/, for any additional modifications pertaining to this pre-solicitation notice. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications to the office shown below. SF330, Part II, shall be submitted for each firm identified in Part I, Section C. The printed format shall be in an 8-1/2 x 11 paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and one-sided. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Submit an original and three (3) paper copies and one (1) electronic copy on a CD of the SF330 are required. Responses are due no later than 2:00 p.m. Hawaii Standard Time (HST) on 9 January 2017. THIS IS NOT A REQUEST FOR PROPOSALS. The delivery addresses for SF 330s are as follows: (1) For SF 330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch Code ACQ31:DB (N62742-17-R-0002) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) For SF 330s being sent via courier service or hand-delivered: Naval Facilities Engineering Command Pacific A-E/Construction Contracts Branch Code ACQ31:DB (N62742-17-R-0002) 4256 Radford Drive, Building 62 Honolulu, HI 96818-3296
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R0002/listing.html)
- Document(s)
- Attachment
- File Name: N6274217R0002_17-0002_Performance_Survey.doc (https://www.neco.navy.mil/synopsis_file/N6274217R0002_17-0002_Performance_Survey.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N6274217R0002_17-0002_Performance_Survey.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274217R0002_17-0002_Performance_Survey.doc (https://www.neco.navy.mil/synopsis_file/N6274217R0002_17-0002_Performance_Survey.doc)
- Record
- SN04355746-W 20161222/161220234114-86e63bf5663fd50173eb7a40e301c6dc (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 |