News

CтАУMarket Research For Service-Disabled Veteran-Owned Small Business for Architect-Engineer Services For Mechanical Projects At Various Locations, NAVFAC Hawaii Areas

Type of document: Contract Notice
Country: United States

CтАУMarket Research For Service-Disabled Veteran-Owned Small Business for Architect-Engineer Services For Mechanical Projects At Various Locations, NAVFAC Hawaii Areas

Agency:
Department of the Navy

Official Address:
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI

Zip Code:
96860

Contact:
Alice Mende, Contracting Officer, (808) 474-2365

Link:

Date Posted:
02/11/2018

Classification:
C

Contract Description:
This is a SOURCES SOUGHT notice to determine the capabilities of Service-Disabled Veteran-Owned Small Business (SDVOSB) firms for a potential SDVOSB 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. SDVOSBs 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 SDVOSB community. Only SDVOSBs 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 Service-Disabled Veteran-Owned Small Business or Service-Disabled Veteran-Owned Small Business Joint Venture, please go to
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 specialized experience in performance of services to include the following:
i) Preparation of Design-Bid-Build drawings/specifications and Design-Build RFP documents for mechanical system and facility design projects including new construction, maintenance, repair, alteration of:
тАУ Heating/ventilating/air conditioning (HVAC) chilled water and direct expansion (DX) systems
тАУ BACnet Direct Digital Controls (DDC)
тАУ Low pressure compressed air systems
тАУ Industrial ventilation systems
тАУ General supply/exhaust systems
тАУ Laboratory ventilation
тАУ Service water heating systems/solar hot water heating systems
тАУ General purpose plumbing systems
тАУ Hydronic pumping systems
тАУ Large dewatering pumps in drydocking facilities
тАУ Waterfront utilities
тАУ Elevators/vertical transportation equipment (VTE)
тАУ Petroleum/Oils/Lubricant (POL) receiving, storing, distribution and dispensing systems for aviation and diesel fuels on military land-based facilities.
тАУ Above ground/below ground Mogas fuel storage/distribution systems.
тАУ Fire alarm and mass notification systems.
тАУ Anti-Terrorism Force Protection (ATFP) measures for facilities and waterways.
ii) Mechanical Engineering Investigations/Concept Studies
тАУ Energy Optimization
тАУ Fire protection studies and surveys, fire hazard analysis, life safety code analysis
iii) Commissioning of mechanical, plumbing and building automation systems.
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 SDVOSB 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 SDVOSB 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 SDVOSB joint venture partner must be submitted. Preference will be given to projects designed and constructed for DoD Facilities located in Hawaii and tropical environments similar to Hawaii.
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.
i) Professional qualifications of key personnel proposed for the design of mechanical systems for facilities in tropical environments similar to Hawaii and Pacific Ocean areas to include new construction, maintenance, repair, alteration of:
тАУ Heating/ventilating/air conditioning (HVAC) chilled water and direct expansion (DX) systems
тАУ BACnet Direct Digital Controls (DDC)
тАУ Low pressure compressed air systems
тАУ Industrial ventilation systems
тАУ General supply/exhaust systems
тАУ Laboratory ventilation
тАУ Service water heating systems/solar hot water heating systems
тАУ General purpose plumbing systems
тАУ Hydronic pumping systems
тАУ Large dewatering pumps in drydocking facilities
тАУ Waterfront utilities
тАУ Elevators/vertical transportation equipment (VTE)
тАУ Petroleum/Oils/Lubricant (POL) receiving, storing, distribution and dispensing systems for aviation and diesel fuels on military land-based facilities.
тАУ Above ground/below ground Mogas fuel storage/distribution systems.
тАУ Fire alarm and mass notification systems.
тАУ Anti-Terrorism Force Protection (ATFP) measures for facilities and waterways.
ii) Mechanical Engineering Investigations/Concept Studies
тАУ Energy Optimization
тАУ Fire protection studies and surveys, fire hazard analysis, life safety code analysis
iii) Commissioning of mechanical, plumbing and building automation systems.
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) я┐╜я┐╜я┐╜ 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 16, 2018 at 12:00 p.m. H.S.T. will be considered.

Response Date:
111618

Sol Number:
OPHA1FY190002

 

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 тАУ 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