Agency: | DEPT OF DEFENSE |
---|---|
State: | Hawaii |
Type of Government: | Federal |
Category: |
|
Posted: | Jan 31, 2023 |
Due: | May 12, 2021 |
Solicitation No: | N62742-20-R-1802 |
Publication URL: | To access bid details, please log in. |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
N62742-20-R-1802 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR COMPREHENSIVE LONG-TERM ENVIRONMENTAL ACTION NAVY (CLEAN 6) FOR NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN OR IN AN ATTACHMENT. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD.
This acquisition will result in the award of one Cost-Plus-Fixed Fee (CPFF) 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 and Munitions Response (MR) 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 Systems Command (NAVFAC) Pacific (PAC) Area of Responsibility (AOR). Work will be performed predominantly in Hawaii and Guam. Although these are the principal geographical areas of performance, the Contractor(s) may be required to perform at other locations within the NAVFAC Pacific area of responsibility including Japan, Okinawa, Diego Garcia and other areas in the Pacific and Indian Oceans, as well as locations within the NAVFAC Southwest (SW) and NAVFAC Northwest (NW) areas of responsibility. Work may also be added and performed anywhere outside of the NAVFAC Pacific AOR, as required by the Government. The exact location of the required effort will be specified in the individual Contract Task Orders (CTOs). The Contractor may also, on occasion, be tasked to perform work for other NAVFAC Components, Department of Defense (DoD) or other federal agencies as required by the Government. This contract may include performance of work on private, county, or state lands that are associated with the environmental sites identified above. See Attachment A for the scope of services anticipated under the resultant contract.
This acquisition will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The resulting contract will be a CPFF IDIQ contact for a base period of one year and four one-year option periods. The ceiling for this procurement is established at $239,000,000. The guaranteed minimum is established at $5,000 for the contact term including option years. The fixed fee negotiated under each task will not exceed seven (7) percent. This acquisition is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Engineering Services. Small business size standard is $16,500,000. 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 prime firm for the resultant contract will be required to perform throughout the contract term.
By submission of its proposal, the firm agrees that all items proposed (e.g., key personnel, subcontractors, approach, etc.) will be utilized for the duration of the awarded contract and any substitutions will require prior Contracting Officer's 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: https://www.sam.gov.
SELECTION CRITERIA
Firms responding to this announcement will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the selection criteria contained in this announcement. 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. Commitment to Small Business Utilization
8. 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 will be excluded from further consideration. It is anticipated that interviews for slated firms will be conducted at 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 announcement, the submission should only address the work performed by team members/partners to the JV responding to this announcement. (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 announcement, the project may be eliminated from consideration due to the inability to accurately assess relevance and experience.
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 member/partner because there is no direct legal relationship between the Government and a subcontractor.
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 announcement.
More favorable consideration may be given to any of the following, which are NOT listed in any order of precedence:
Submission Requirement:
SF330, Part 1, Section F. Provide a maximum of ten (10) recent, relevant projects, of which a minimum of one (1) but no more than two (2) projects are munitions response program projects. At least five (5) recent, relevant projects shall have been conducted within the NAVFAC Pacific, Hawaii, and Marianas AORs, The SF 330 shall list the percentage of work performed 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 shall submit no more than one (1) double-sided page per recent, relevant project. 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 qualifications and capabilities of the Key Personnel to be assigned to this contract. Key Personnel and their duties/responsibilities/minimum qualifications are defined as:
Program Manager: Responsibilities include overall management of this contract. Duties include ensuring compliance with the contract terms and conditions; quality control; review of contract task order (CTO) project documents to ensure product consistency; assigning personnel consistent with contract requirements; understanding and ensuring compliance with CERCLA, RCRA, TSCA and SDWA regulations, their state/local counterparts, and other applicable or relevant and appropriate requirements (ARARs); and performing as the Contractor's representative. The qualified individual for this position shall have an undergraduate degree from a U.S. accredited university or college in an engineering or scientific discipline and a minimum of 6 years of experience managing multiple concurrent projects at multiple locations. Four years of the work experience should be as a senior manager or project manager working on DoD-funded CERCLA projects, including budget and schedule management, project planning, and stakeholder interaction.
Deputy Program Manager/Technical Director: Responsibilities include ensuring effective execution of projects; controlling project schedule and cost; recommending changes to improve project efficiency and effectiveness of overall execution of work; reviewing change proposals to ensure accuracy and appropriateness; understanding and ensuring compliance with CERCLA, RCRA, TSCA and SDWA regulations and their state regulation counterparts, and other ARARs; and ensuring the submission of quality technical reports. The qualified individual for this position shall have an undergraduate degree from a U.S. accredited university or college in an engineering or scientific discipline and 6 years of experience managing multiple concurrent projects at multiple locations. Three years of the work experience should be as a senior manager or project manager working on DoD-funded CERCLA projects, including budget and schedule management, project planning, and stakeholder interaction.
Senior Scientist: Responsibilities include consulting with the Program Manager, Technical Director, and the Project Manager on scientific issues related to ER projects. Areas of specialty include geology, hydrology, and chemistry. Typical duties include identification of sampling requirements; collecting and interpreting field, chemical, and earth science data; evaluating contaminant and toxicity levels; supporting Navy in interface with regulators and performing field consultations. The qualified individual shall have a graduate degree from a U.S. accredited university or college in a scientific or engineering discipline and 5 years of experience working on CERCLA projects.
Senior Human Health Risk Assessor: Responsibilities include preparing human health risk assessments for ER projects; interfacing with regulators and the Navy and Marine Corps Risk Assessors on technical issues; providing guidance, expertise, and oversight of all human health risk assessments performed under the program to ensure consistency of approach and compliance with EPA and Navy requirements. The qualified individual shall have a graduate degree from a U.S. accredited university or college in a scientific discipline and 5 years of experience preparing human health risk assessments in accordance with EPA requirements.
Senior Ecological Risk Assessor: Responsibilities include preparing ecological risk assessments for ER projects; interfacing with regulators and the Navy’s Ecological Risk Technical Assistance Team on technical issues; providing guidance, expertise, and oversight of all ecological risk assessments performed under the program to ensure consistency of approach and compliance with EPA and Navy requirements. The qualified individual shall have a graduate degree from a U.S. accredited university or college in a scientific discipline and 5 years of experience preparing ecological risk assessments in accordance with EPA requirements.
Health and Safety (H&S) Manager: Responsibilities include implementing and overseeing the firm's H&S program and plans in accordance with the OSHA regulations and U.S. Army Corps of Engineers Safety and Health Requirements Manual EM‑385‑1‑1. The H&S Manager shall be either a Certified Safety Professional (CSP) by the Board of Certified Safety Professionals with experience in the Hazardous Waste Operations and Emergency Response (HAZWOPER) field or a Certified Industrial Hygienist (CIH) by the American Board of Industrial Hygienists. The qualified individual shall have a minimum of 4 years of experience in the H&S aspects of CERCLA field investigations.
Quality Assurance (QA) Manager: Responsibilities include developing, maintaining, and enforcing the Quality Assurance/Quality Control (QA/QC) program; oversight of an analytical laboratory program; analytical database management; and performing field and laboratory QA audits. In addition, the QA Manager provides internal QA surveillance as specified in the DoD Policy and Guidance for Acquisitions Involving Environmental Sampling or Testing. The qualified individual shall have an undergraduate degree in a scientific or engineering discipline and 5 years of QA/QC experience managing ER projects. It is required that the individual be certified by the American Society for Quality as a Certified Manager of Quality/Organizational Excellence (CMQ/OE), Certified Quality Engineer (CQE), or a Certified Quality Auditor (CQA).
Key personnel qualifications and experience will be evaluated against the needs of the services and requirements of this announcement 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:
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 disciplines and consultants needed to deliver on-schedule tasks/products of the type described in this announcement 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 as described in this announcement. 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 current location in the general geographical area and the firm’s current 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 – Commitment to Small Business Utilization
Firms will be evaluated on the levels of small business participation proposed and the degree of commitment to use the named sources. The firms will be also evaluated for their historical utilization of small business concerns. The anticipated benefits of proposed initiatives and tools to enhance small business participation and capabilities may be considered. The Government will assess proposal realism and the likelihood of success in achieving the small business objectives of this acquisition.
Submission Requirements
(1) Small Business Participation and Commitment: All firms shall submit a small business participation and commitment strategy including all data elements shown in Attachment C, Small Business Participation and Commitment Strategy.
Slated large business firms will be required to submit a Small Business subcontracting plan prior to the interview. The NAVFAC Subcontracting targets for FY21 is as follows:
Small Business – 40%
Small Disadvantaged Business – 5%
HUBZone Small Business – 3%
Women-Owned Small Business – 9%
Service Disabled Veteran Owned Small Business – 3%
(2) Historical achievements concerning utilization of small business concerns: None. The Government reserves the right to consider achievements information on other recent, relevant projects from all available sources, such as CPARS and other past performance information.
Forms to be used for submission of Small Business Utilization Factor information are:
Attachment C - Small Business Participation and Commitment Strategy
Criterion 8. 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&E contracts among qualified A&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 which meet the requirements described in this announcement are invited to submit completed SF-330 package. Do not submit SF 254/255s. The SF-330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I, Section H shall not exceed ten (10) single-sided 8.5 by 11 inch pages. This page limit does not include submission requirements annotated in the announcement 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 announcement or intended to demonstrate the qualifications of the firm. Should more than 10 pages be submitted for Part I, Section H, the information contained in the pages exceeding page 10 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 18 March 2021, 2:00 p.m. HST.
If sent via United States Postal Service (USPS), please mail to:
Naval Facilities Engineering Systems Command, Pacific,
Environmental Contracts Branch,
Code ACQ34:Valerie Mito (N62742-20-F-1802)
258 Makalapa Drive, Suite 100
JBPHH, HI 96860-3134
If sent via courier service or being hand-carried:
Naval Facilities Engineering Systems Command, Pacific,
Environmental Contracts Branch
Code ACQ34:Valerie Mito (N62742-20-R-1802)
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.
The main point of contact is Valerie Mito, Contract Specialist at valerie.a.mito@navy.mil. The alternative point of contract is Jenny Yatsushiro, Contracting Officer, at (808) 472-1462 or at jenny.yatsushiro@navy.mil.
All questions should be submitted in writing to include solicitation number and forwarded via e-mail to valerie.a.mito@navy.mil, not later than 20 days of closing date. Questions submitted after this date may not be addressed by the Government due to time constraints.
Modifications pertaining to this announcement will be posted to the BETA SAM website https://beta.sam.gov.
All potential offerers are advised to check the BETA SAM web site https://beta.sam.gov for modifications to this announcements.
It is the offers responsibility to check the BETA SAM website periodically for any modifications to the announcement.
THIS IS NOT A REQUEST FOR PROPOSAL.
With GovernmentContracts, you can:
Follow CGC MIDGETT discrep Vent fan repairs Active Contract Opportunity Notice ID 70Z08524P0001303
Federal Agency
Bid Due: 12/19/2024
Solicitation # Title Category Jurisdiction Department Island Published Date Offer Due Date(HST) RFP-HRT-2300292B
State Government of Hawaii
Bid Due: 8/01/2024
Solicitation # Title Category Jurisdiction Department Island Published Date Offer Due Date(HST) RFB-DDC-1768305
State Government of Hawaii
Bid Due: 4/17/2024
Solicitation # Title Category Jurisdiction Department Island Published Date Offer Due Date(HST) RFB-DDC-1767012
State Government of Hawaii
Bid Due: 4/11/2024