DOCUMENT
C -- Market Research For Women-Owned Small Business for Architect-Engineer Services For Mechanical Projects At Various Locations, NAVFAC Hawaii Areas - Attachment
- Notice Date
- 11/6/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
- Solicitation Number
- OPHA1FY180001
- Response Due
- 11/17/2017
- Archive Date
- 12/2/2017
- Point of Contact
- Alice Mende, Contracting Officer, (808) 474-2365
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- This is a SOURCES SOUGHT notice to determine the capabilities of Women-Owned Small Business (WOSB) firms for a potential WOSB set-aside. This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or promise to issue a solicitation announcement in the future, nor does it restrict the Government to an ultimate acquisition approach. This notice is only a request by the Government to collect information from Architect-Engineer firms for the purpose of Market Research used to make acquisition decisions. Not providing a response to this Sources Sought will not prohibit/exclude your company from participating in any future solicitations. No solicitation or technical scope of services is available at this time. WOSBs are strongly encouraged to review this SOURCES SOUGHT and submit according to the directions in this notice. Any information submitted to this Sources Sought is strictly voluntary. The Naval Facilities Engineering Command, Hawaii (NAVFAC Hawaii) will neither award a contract solely on the basis of this notice, nor pay for any information that may be submitted by respondents to this Sources Sought. The A-E services will be for design and engineering services for projects at various locations under the cognizance of NAVFAC Hawaii. The A-E services are Mechanical (NAICS 541330) in nature, but may involve multi-disciplines. 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) requirements. Business capabilities will be evaluated solely for the purpose of determining whether or not to set-aside for the WOSB community. Only WOSBs will be considered for this SOURCES SOUGHT. The Government must ensure there is adequate competition among the potential pool of available contractors. The North American Industrial Classification System Code (NAICS) is 541330, which has a size standard of $15 million in average annual receipts. For eligibility requirements as a Women-Owned Small Business or Women-Owned Small Business Joint Venture, please go to https://www.sba.gov/. If set-aside, the Limitations on Subcontracting clause (FAR 52.219-14), will require at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Contract may be up to $15 million if all options are exercised. The A-E task orders will generally be between $10,000 and $1,500,000. (Estimated construction cost of a project ranges between $25,000 and $30,000,000.) It is possible there will be several large and small task orders issued concurrently requiring quick turnaround. Please provide your response to the following. (1) Offerors information. Submission requirements: Complete Attachment (1), Offeror Information. (2) Offerors capabilities to perform based on the following criteria: (a) Specialized Experience. Provide your firms specialized recent experience in the design of relevant base development facility projects, not more than $30 million in construction value per project/contract, completed within the past ten (10) years for base development facility projects in Hawaii and similar tropical environments in the Pacific Ocean area. Types of design and engineering services may include execution of DD 1391 or similar project programming document, FACD/design charrettes, Design-Build RFP solicitation documents, Design-Bid-Build/Final Design contract documents and other services. Specialized recent experience of firm for the design of mechanical systems includes heating/ventilating/air conditioning (HVAC) chilled water and DX systems; direct digital controls (DDC); compressed air systems; industrial ventilation systems; general/kitchen exhaust systems; service water heating systems; general purpose plumbing systems; hydronic pumping systems, waterfront utilities; elevators/vertical transportation equipment (VTE); petroleum/oils/lubricant (POL) systems; and aboveground/belowground fuel storage/distribution systems for facilities in tropical environments similar to Hawaii and Pacific Ocean areas. SUBMISSION REQUIREMENTS: Complete Attachment (2), Specialized Experience. Provide no more than ten (10) projects completed within the last 10 years. If more than ten projects are submitted, the Government will only evaluate the first ten projects in the order submitted. All projects must have been completed by the WOSB firm either as the Prime or sub-consultant, and projects not meeting this requirement will be excluded from consideration in the evaluation. If the firm is proposing as a WOSB joint venture for this sources sought notice, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects by the WOSB joint venture partner must be submitted. Preference will be given to projects completed on DoD Facilities located in tropical environments. Any additional information provided for this criterion outside of Attachment (2) will not be considered. (b) Professional Qualifications. Provide the professional qualifications and specialized experience and technical competence of key personnel of the Prime A-E firm. Professional qualifications of key personnel proposed for the design of mechanical systems include heating/ventilating/air conditioning (HVAC) chilled water and DX systems; direct digital controls (DDC); compressed air systems; industrial ventilation systems; general/kitchen exhaust systems; service water heating systems; general purpose plumbing systems; hydronic pumping systems, waterfront utilities; elevators/vertical transportation equipment (VTE); petroleum/oils/lubricant (POL) systems; and aboveground/belowground fuel storage/distribution systems for facilities in tropical environments similar to Hawaii and Pacific Ocean areas. SUBMISSION REQUIREMENTS: Complete Attachment (3), Professional Qualifications. Complete one form for each key personnel of the Prime A-E. Provide no more than five (5) projects. If more than five projects are submitted, the Government will only evaluate the first five projects in the order submitted. Any additional information provided for this criterion outside of Attachment (3) will not be considered. (c) Past Performance. SUBMISSION REQUIREMENTS: Provide a written narrative describing your firms past performance on contracts with Government agencies and private industry in terms of quality of work, cost control, compliance with performance schedules, and cooperation and responsiveness for each of the ten projects submitted. (d) Capacity. SUBMISSION REQUIREMENTS: Provide a written narrative describing your firms present workload and availability over the next five years to perform approximately $15 million of work in the required time. Indicate your firms ability to accomplish multiple projects concurrently and ensure continuity of services. (e) Sustainable Design. SUBMISSION REQUIREMENTS: Provide a written narrative describing your firms knowledge and demonstrated experience in applying sustainability concepts through an integral design approach and designing in accordance with recognized sustainability rating systems such as Green Globe, LEED, etc. Provide specific examples on a maximum of five completed projects indicating your firms experience and concepts employed, certification awarded. Indicate accredited professionals within your firm. (f) Firm Location. SUBMISSION REQUIREMENTS: Indicate your firms location of the office that will be performing the work. Describe and illustrate your firms knowledge of the geographical area. Address ability of your firm to ensure timely response to requests for on-site support. Your submission is limited to a total of 20 pages. The format shall be electronic in PDF format. Use 8-1/2 x 11 paper format, typed with a minimum 10-point font size, one-inch margins all on sides, and one-sided when providing narratives for Criteria (2)(c) “ 2(f). Submit your qualification statement as a one complete PDF file (multiple files will not be accepted). Number each page of your submission. Any information provided to the Government in response to this announcement will become U.S. Government property and will not be returned. All proprietary or classified information will be treated appropriately. Please submit your qualification statement to Ms. Alice Mende, Contracting Officer, via email at Alice.Mende@navy.mil. Interested parties responding to this announcement by Friday, November 17, 2017 at 12:00 p.m. Hawaii Standard Time (HST) will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/OPHA1FY180001/listing.html)
- Document(s)
- Attachment
- File Name: OPHA1FY180001_Attach1OfferorInfo.docx (https://www.neco.navy.mil/synopsis_file/OPHA1FY180001_Attach1OfferorInfo.docx)
- Link: https://www.neco.navy.mil/synopsis_file/OPHA1FY180001_Attach1OfferorInfo.docx
- File Name: OPHA1FY180001_Attach2and3.docx (https://www.neco.navy.mil/synopsis_file/OPHA1FY180001_Attach2and3.docx)
- Link: https://www.neco.navy.mil/synopsis_file/OPHA1FY180001_Attach2and3.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: OPHA1FY180001_Attach1OfferorInfo.docx (https://www.neco.navy.mil/synopsis_file/OPHA1FY180001_Attach1OfferorInfo.docx)
- Record
- SN04732814-W 20171108/171106231303-55a2ef012911ceb287bc9343a211b98f (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 |