News

C–Indefinite Delivery/Indefinite Quantity Architect-Engineer Services for Environmental Applications and Related Studies at Various Navy and Marine Corps Activities, NAVFAC Pacific AOR

Type of document: Contract Notice
Country: United States

C–Indefinite Delivery/Indefinite Quantity Architect-Engineer Services for Environmental Applications and Related Studies at Various Navy and Marine Corps Activities, NAVFAC Pacific AOR

Agency:
Department of the Navy

Official Address:
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI

Zip Code:
96860

Contact:
Norine Horikawa 808-471-4666

Link:

Date Posted:
15/03/2017

Classification:
C

Contract Description:
This acquisition will result in the award of one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services in support of the Department of the Navy���s (DON) Environmental Restoration (ER) Program consisting of the Installation Restoration (IR) Program in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and other similar programs. Required services will be performed at various Navy and Marine Corps facilities within the Naval Facilities Engineering Command (NAVFAC) Pacific (PAC) Area of Responsibility (AOR). Work will be performed predominantly in Hawaii and Guam and may potentially include other locations including Japan, Diego Garcia, and other areas in the Pacific or Indian Oceans.
The firm may also, on occasion, be tasked to provide services described herein to any NAVFAC Command, any Department of Defense (DoD) activity, or other Federal agency activities in any geographic location.
Engineering services are required to conduct environmental studies and safety related studies at various locations under the cognizance of the Naval Facilities Engineering Command Pacific. The services may include the preparation of analytical studies; reports; management plans; technical evaluations; permit applications; preliminary engineering designs; cost estimates and supporting documents for corrective projects; and performing monitoring, testing and inspection actions. The firm must have or be able to obtain microbiology, toxicology and chemistry laboratory services.

The Government will be seeking the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria and the provisions of Federal Acquisition Regulation (FAR) 36.6, Architect-Engineer Services. All work performed during the life of the contract will be ordered by the Government on an as-needed basis through the issuance of firm fixed price Task Orders (TOs). The contract term is anticipated to be a 12-month base period with four (4) 12-month option periods and will include the provision to extend the contract an additional 6 months in accordance with FAR 52.217-8 or $40,000,000, whichever occurs first.

This acquisition will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. This acquisition is being solicited as a 100% Small Business Set Aside. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Engineering Services. Small business size standard is $15,000,000. The market research sources sought synopsis issued November 22, 2016 resulted in a determination to set aside this acquisition for participation amongst small business firms. The NAVFAC Pacific Small Business Office concurs with this determination. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria.
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 prime firm for the resultant contract will be required to perform throughout the contract term.
Please be advised that the following Federal Acquisition Regulation (FAR) clauses apply to this acquisition: FAR 52.219-6, Notice of Total Small Business Set-Aside and FAR52.219-14, Limitation on Subcontracting. The prime small business firm���s personnel shall perform at least 50% of the cost of contract performance incurred for personnel.
By submission of its SF330, the firm agrees that all items proposed (e.g., key personnel, subconsultants, etc.) will be utilized for the duration of the awarded contract and any substitutions will require prior Contracting Officers approval.

Please be advised that registration in 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 Web site:
SELECTION CRITERIA
Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the selection criteria contained in this synopsis. Failure to comply with instructions, or provide complete information may affect the firm���s evaluation or disqualify the firm from further consideration. Criteria are listed in descending order of importance.

1. Specialized Recent Relevant Experience/Technical Competence.
2. Professional Qualifications of the Key Personnel
3. Capacity to Accomplish Work and Ability to Accomplish Multiple Projects Concurrently
4. Past Performance on Relevant Contracts
5. Quality Control Program
6. Firm���s Location in the General Geographical Area of the Project and Knowledge of the
Locality of the Project
7. Volume of Work Awarded by DoD During the Previous 12 Months
Projects submitted in the SF-330 shall be projects completed by the prime firm and any team subconsultant. Projects not performed by the prime firm and any team subconsultant may be excluded from further consideration. It is anticipated that interviews for slated firms will be conducted in Joint Base Pearl Harbor-Hickam, HI.
Firms that are submitting information as a Joint Venture (JV) or a Limited Liability Company (LLC) shall submit their JV Agreement and/or LLC Operating Agreement as an attachment.
Failure to do so will result in the rejection of the SF330 from further consideration. In addition, please ensure that the agreements address the following:
a. 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).
b.
A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number.
If the firm is a JV, information regarding the performance of recent, relevant projects shall be submitted to demonstrate the capabilities of the joint venture entity; however, if there is an insufficient amount of or no information relevant to the joint venture, information pertaining to each joint venture team member/partner shall be submitted.
If a project submitted to demonstrate experience and past performance was performed by a JV, and not all JV team members/partners that performed the work remain on the JV team responding to this synopsis, the submission should only address the work performed by team members/partners to the JV responding to this synopsis.
(For instance, if a past performance project was performed by a JV with partners A, B, C, and D and the JV is now composed of partners A, C, D, and E, the description of experience and past performance on the project should focus on the work performed by partners A, C, and D only). Likewise, if the JV firm or one of its team members/partners worked as a subcontractor on a project submitted to establish experience and past performance, the description should clearly describe the roles and responsibilities and work actually performed by the JV firm or team member/partner, rather than the work performed by the prime contractor or other subcontractors on the project as a whole. The submission should also state the percentage of the total project value performed under the subcontract.
If the project description does not clearly delineate the work performed and the percentage of the total contract performed by the JV or its team members/partners responding to this solicitation, the project may be eliminated from consideration due to the inability to accurately assess relevance and experience. If a prime firm, JV partner, or LLC member submits prior experience and past performance obtained as a subcontractor, that project will not be given the same level of consideration as a project that was performed/completed as either a prime contractor or a joint venture partner/LLC member.
If a firm is utilizing or relying on experience or past performance information from affiliates/subsidiaries/parent companies/LLC/LTD member companies (where the name of the entity is not exactly as stated on the SF330), the proposal shall clearly demonstrate that the affiliate/subsidiary/parent firm/LLC/LTD member companies will have meaningful involvement in the performance of the contract in order for the experience, past performance, and/or key personnel information of the affiliate/subsidiary/parent firm/LLC/LTD member companies to be considered.
The proposal shall state the specific resources (e.g., workforce, management, facilities, or other resources) that the affiliate/subsidiary/parent/LLC/LTD member companies will commit toward the performance of the contract. If meaningful involvement is not demonstrated in the proposal, the affiliate, subsidiary or parent company���s experience or past performance and/or key personnel information will not be considered.
A subcontractor���s experience and past performance will not be given the same level of consideration as that of either a prime contractor or a joint venture partner/LLC member because there is no direct legal relationship between the Government and a subcontractor. If a prime firm submits prior experience and past performance obtained as a subcontractor, that project will not be given the same level of consideration as a project that was performed/completed as either a prime contractor or a joint venture partner/LLC member.
Criterion 1- Specialized Recent Relevant Experience/Technical Competence
Basis of Evaluation: SF330s shall be evaluated on specialized experience on recent, relevant projects for the prime firm and proposed team subcontractors in performing multiple projects involving field investigations and preparing studies/analysis/work plans/remediation oversight for environmental restoration projects and other technical support services consistent with the intended scope in Attachment A.
A firm���s recent relevant project experience will be evaluated against the needs of the services and requirements of this synopsis.
More favorable consideration may be given to any of the following, which are NOT listed in any order of precedence:
��� Project cost.
��� Types and complexity of work performed in the projects.
��� Types, volume of contaminants, considering the respective risk/hazards.
��� Logistical challenges and site conditions.
��� Level of self-performance by the prime firm.
��� Experience working for the Navy/Marine Corps.
��� Experience working on CERCLA projects
��� Experience working on projects within the NAVFAC Pacific, Hawaii, and Marianas AORs
These considerations are not listed in order of importance.
DEFINITION OF RECENT RELEVANT PROJECT: A recent relevant project is defined as a project whose scope of work was the same or similar to the types of projects that may be ordered under the resultant contract.
The services may include the preparation of analytical studies, reports, management plans, technical evaluations, permit applications, preliminary engineering designs, cost estimates and supporting documents for corrective projects, and performing monitoring, testing and inspection actions. Projects may involve technical studies, regulatory compliance, planning, design, or operation and maintenance. In order to be considered recent relevant, a firm must demonstrate their experience in all of the features listed below. All features need not be in one project, however, one project may have a combination of features, e.g., technical studies for a stormwater and potable water project located in Hawaii.
A recent project is further defined as having been completed or substantially completed (at least 85%) within five years of the issuance of this synopsis.
FEATURES:
Of the ten (10) projects, at least five (5) project must have been performed in Hawaii, Guam or the Commonwealth of the Northern Mariana Islands;
Of the ten (10) projects, at least one (1) project must have been for potable water source, treatment, and distribution assessments;
Of the ten (10) projects, at least one (1) project must be for environmental restoration;
Of the ten (10) projects, at least one (1) project must be for dredging and dredged material management;
Of the ten (10) projects, at least one (1) project must be for sewage/wastewater and industrial waste collection, treatment, and disposal systems investigations and assessments;
Of the ten (10) projects, at least one (1) project must be for storm water (including LID) systems investigations, assessment and management and NPDES permits;
Of the ten (10) projects, at least one (1) project must be for oily waste collection and treatment facilities.

In addition, please submit information to support your experience in projects that may involve technical studies, regulatory compliance, planning, design, operation and maintenance in any one or a combination of the following. Please include this information in Section H. If subconsultants were used, please indicate the subconsultant used to accomplish the work and the percentage of work completed by that subconsultant.
(a) Air source inventories, permits, and modeling, and air/ODS management plans;
(b) Asbestos and lead based paint surveys, inspections, management plans, and abatement activities;
(c) Drinking water and wastewater utility system security vulnerability assessments;
(d) Hazard abatement;
(e) Hazardous waste management plans, and RCRA permits;
(f) Hydrogeological Modeling;
(g) Pollution Prevention (P2);
(h) Radon testing, monitoring, management plans, risk communication plans, diagnostics, and mitigation;
(i) Solid waste utility system assessment and management plans, recycling and landfill closure plans;
(j) Spill prevention/response planning and management;
(k) Sludge handling and disposal systems;
(l) Surveying and cadastral;
(m) Underground storage tanks (USTs) assessment and management plans.

Submission Requirement:
SF330, Part 1, Section F, Section H. Provide a maximum of ten (10) recent, relevant projects. The SF 330 shall list the percentage of work performed by the prime on the entire project. For submittal purposes, a project must be a stand-alone contract, or a single contract task order under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The SF330, Section F, shall submit no more than one (1) double-sided page per recent, relevant project. Information included in Section H is limited to 20 single sided or 10 double sided pages. If more than one (1) double sided page is submitted, the Government will not consider the information on the additional pages.

Criterion 2 – Professional Qualifications of the Key Personnel
Basis of Evaluation: SF330s shall be evaluated on the professional licensing, education, qualifications, experience in relevant projects and capabilities of personnel that will be assigned to the resultant contract. Key Personnel are defined as Principal Engineer, Project Manager, Civil Engineer, Environmental Engineer, Sanitary Engineer, Chemical Engineer, Geologist/Hydrogeologist, Soils Engineer, Electrical Engineer, Mechanical Engineer, Structural Engineer, and Registered Architect.
Personnel qualifications and experience will be evaluated against the needs of the services and requirements of this synopsis and may be evaluated more or less favorably considering the depth and breadth of demonstrated qualifications and experience.
More favorable consideration may be given to any of the following, which are NOT listed in any order of precedence:
��� Project cost.
��� Types and complexity of work performed in the projects.
��� Logistical challenges and site conditions.
��� Experience working for the Navy/Marine Corps.
��� Experience working in the NAVFAC Pacific, Hawaii, and Marianas AORs.
��� Experience working on CERCLA projects
��� Relevance of educational degree.
��� Active professional registration(s)/licenses
Submission Requirements:
SF330, Part 1, Sections E and G.
Complete one Section E for each person being proposed that will demonstrate their professional qualifications and experience for the resultant contract. Maximum of 2 single sided or one double sided page. For Section E, Block 13, specify the proposed role of the person being proposed for the resultant contract. Provide a maximum of five (5) projects for each resume. Experience that is not related to the work described in this synopsis should not be included. Failure to completely fill out Section E may affect the evaluation of your SF330. Personnel experience may include experience gained while not employed by the prime/subconsultant firm.
Criterion 3 ��� Capacity to Accomplish Work and Ability to Accomplish Multiple Projects Concurrently
Basis of Evaluation: The SF330 shall be evaluated on the firm���s capability and capacity to deliver on-schedule tasks/products similar to the type described in this synopsis assuming a workload of 10 ��� 15 projects totaling a minimum of $4 million at multiple locations within the solicitation area of responsibility occurring concurrently.
Firms who demonstrate substantial overlapping projects or overlapping projects significantly in excess of $4 million in value may be considered more favorably. Firms may be evaluated more favorably if they are able to demonstrate experience working in the NAVFAC Pacific, Hawaii, and Marianas AORs simultaneously.
The SF330 shall also describe the proposed location of the program management office and how this organization will be advantageous to the Government and a detailed description of the organizational structure and how it will function.
Submission Requirement:
SF330, Part 1, Section H. Describe the firm���s ability to complete multiple large and small task orders concurrently using the criteria above.

Criterion 4 – Past Performance on Relevant Contracts
Basis of Evaluation: The firm will provide past performance information on recent relevant projects for each relevant project submitted under Criterion 1. Evaluation of past performance will include, but not be limited to, cost control, overall quality of work, compliance with performance schedules, stakeholder and customer satisfaction, management and administration of DoD contracts
Submission Requirement:
SF330, Attachment. The firm���s past performance evaluation will be based upon customer satisfaction in the execution of the recent relevant projects submitted for Criterion 1.
��� If a completed Past Performance Information Retrieval System (PPIRS) evaluation is available, it shall be submitted with your SF330 for each project submitted for Criterion 1.
If there is not a completed PPIRS evaluation, the Past Performance Questionnaire (PPQ), Attachment A, shall be completed and submitted with your SF330. A firm shall not submit a PPQ when a completed PPIRS evaluation is available. PPQs shall not be from a prime contractor to a subconsultant or a subconsultant to a prime contractor. PPQs shall be from the customer or the owner of the project.
��� In addition to the above, the Government may review any other sources of information in the evaluation of past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming partners, former firms, or parent company/subsidiary/affiliate) identified in the SF330, inquiries of owner representatives, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the firm.
��� While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm
Criterion 5 ��� Quality Control Program
Basis of Evaluation: SF330s will be evaluated on the demonstrated effectiveness of the firm���s quality control program used to ensure technical accuracy of finished product.

Submission Requirements
SF330, Part I, Section H, Describe your quality control program including an example of how the program has worked successfully for one of the projects submitted under Criteria 1.
Describe the design quality control organization structure; and list the personnel responsible for each phase of the design quality control. Describe how you intend to track review comments.
Describe the methodology that will be used to eliminate errors and inconsistencies between all design disciplines and consultants and for the incorporation of lessons learned and review comments.
Criterion 6 ��� Firm���s Location in the General Geographical Area of the Project and Knowledge of the Locality of the Project
Basis of Evaluation: The SF330 shall be evaluated on the firm���s location in the general geographical area and knowledge of the general geographical area of the intended work.
In addition, the firm���s ability to provide timely response to requests for on-site support to various locations within the general geographical area of the intended work.
Submission Requirements:
SF330, Part I, Section H. Describe the firm���s location in the general geographical area and the firm���s knowledge of the general geographical area of the intended work. Provide the firm���s methodology to provide timely responses to request for on-site support to various locations within the general geographical area of the intended work.
Criterion 7 – Volume of Work awarded by the D0D during the Previous 12 Months:
Basis of Evaluation: The SF330 shall 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 awarded. Firms with multiple offices shall indicate which office was awarded the contract.
SF 330 SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this acquisition shall submit a completed SF-330 package. Do not submit SF 254/255s. The SF-330 shall be typed and at least 11 point Times New Roman or larger. Part I, Section H shall not exceed thirty (30) single-sided 8.5 by 11 inch pages. This page limit does not include submission requirements annotated in the synopsis as Attachments, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm.
Should more than 30 pages be submitted for Part I, Section H, the information contained in the pages exceeding page 30 will not be considered. Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 x 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF-330. Interested firms shall submit an original and six (6) hard copies of the SF-330 and one CD no later than 20 April 2017, 2:00 p.m. HST.
Please include a current email address of the person/persons to receive any future correspondence regarding this announcement. Questions and answers will be posted to the NECO and FBO website.

If sent via United States Postal Service (USPS), please mail to: Naval Facilities Engineering Command, Pacific, Environmental Contracts Branch, Code ACQ32:NEH, 258 Makalapa Drive, Suite 100, JBPHH, HI 96860-3134.
If sent via courier service or being hand-carried: Naval Facilities Engineering Command, Pacific, Environmental Contracts Branch, Code ACQ32:NEH, 4256 Radford Drive, Building 62, Honolulu, HI 96818-3296. Late responses will be handled in accordance with FAR 52.215-1. Electronic (E-mail, facsimile, etc.) submissions are not authorized.
THIS IS NOT A REQUEST FOR PROPOSAL

Response Date:
042017

Sol Number:
N6274217R1802

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory – placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy