The RFP Database
New business relationships start here

Petroleum Oil Lubricants (POL) AE Services, Worldwide


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THERE IS NO RFP PACKAGE TO DOWNLOAD. ALL INFORMATION NEEDED TO SUBMIT SF-330 DOCUMENT IS CONTAINED HEREIN. SF 254S AND SF 255S WILL NOT BE CONSIDERED.


INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD contract for ARCHITECT-ENGINEERING services for the Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California.


The Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC), Port Hueneme, California is soliciting SF-330's for engineering and design services for Petroleum, Oil and Lubricants (POL) systems, and supporting facilities at various locations, worldwide.


NAVFAC EXWC anticipates awarding a minimum of six Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contracts with a base ordering period of sixty months.   The aggregate value of all Task Orders issued under the contracts resulting from this solicitation shall not exceed $150,000,000 (not per awardee). The estimated award date is September 1, 2020. The minimum guarantee of $10,000 (per awardee) for the entire ordering period will be satisfied by the award of an initial Task Order per awardee. Multiple Task Orders may be awarded with similar delivery schedules requiring the selected firm(s) to provide services with overlapping work/delivery dates. Individual Task Orders are expected to range, on average, between $25,000 and $5,000,000.


This acquisition will employ the use of a small business reserve. A minimum of three awards will be made to small business firms.  Post-award, any proposed task order below $500,000 that will be performed in the 50 United States will be reserved for small business firms.  Any military construction project (regardless of location) under $1,000,000 will be reserved for small business firms.   All other task orders will be open to all awardees.  The North American industry Classification System (NAICS) code for the procurement is 541330, and the annual size standard is $16,500,000.


This contract provides design and engineering services for POL systems, and supporting facilities at various locations, worldwide.  Design and engineering services will require expertise in architectural, mechanical, electrical, civil, structural, waterfront, fire protection and environmental disciplines as it pertains to Department of Defense (DoD) POL systems.


POL systems include all components of Receipt, Storage, Transfer and Issue equipment. Support facilities include all utilities that supply POL systems and structures, building and associated equipment that directly support POL System operation. The required A/E services for POL systems and facilities include but are not limited to the following:


a)       Preparation of Design-Build (DB) Request for Proposals (RFP) cost estimates.


b)       Fully designed plans and specifications.


c)       Preparation of Report, Evaluations, Studies or analyses on any or all components of a POL system and its support facilities, and related site visits/investigations (e.g. corrosion/cathodic protection analysis, environmental studies in support of permit applications to federal, state and local agencies, project brochure development, topographic surveying, soil boring).


d)       Integrity assessments that includes American Petroleum Institute (API) and Steel Tank Institute (STI) inspection and/or testing of storage tanks, pipelines, pressure vessels, pumps, control systems, all associated fuel equipment and electrical systems supplying POL equipment and ancillary support facilities.


e)       Spill management that includes identification and abatement/removal of contaminated soil and other hazardous materials.


f)       Cost estimates, Life Cycle Cost Analysis, Economic Analysis, and Business Case Analysis.


g)       DD Form 1391 or similar planning and programming documents.


h)       Post Construction Award Services (PCAS) such as submittal reviews, construction inspection, Operations and Maintenance Support Information (OMSI) preparation, engineering consultations and Title II (on-site Quality Assurance (QA) oversight) services.


i)        POL related Support Services (i.e. work performed by Program/Principal Managers, Design Managers, Project Managers and Construction Managers such as coordination of various technical disciples, permitting, phasing of work in occupied and unoccupied facilities and disruption of both utilities and operations of the site and building occupants during construction, scheduling, quality assurance, construction inspection, constructability reviews).


See the attached Scope of AE Services (SAES) for full details.


Selection criteria will include, in descending order of importance, the following:


(1) Specialized Experience in inspections of Tanks and Pipelines, Tank design, POL fuel system design, and Title II activities as they relate to POL.


 Submit an SF-330 Section F that provides a description of similar, recent Department of Defense POL projects (maximum of six (6)) for which team members provided a significant technical contribution. Work on these projects must have been performed in the last five (5) years, as the posting date of this synopsis.  Provide an organizational chart showing inter-relationship of management and design team components, as well as subconsultants. Describe your quality control program/process; identify who has the responsibility for implementation of the program, and discuss how you instill a culture of quality throughout the team.


(2) Professional Qualifications.  Professional qualifications includes active professional registrations, technical certifications, and training relevant to POL facilities.


Submit an SF-330 Section E for the personnel proposed to work under this contract, limited to one single sided page per individual and a SF-330 Part II for the prime and any subconsultants, that contains the following data about the member's assignment: team member's name, firm name, level and area of concentration (i.e., Bachelors of Science (BS) mechanical engineering), location of professional registration including license number, states of professional registration, number of years professional experience, and number of years with current firm. Identify any American Welding Society (AWS), National Association of Corrosion (NACE), American Society for Nondestructive Testing (ASNT), American Petroleum Institute (API), and any other applicable certification of all team members as it relates to this project requirement. Identify any prior/active security clearances of all team members. For project managers and team leaders, identify the number of teams (design, consultants, and joint venture partners) they have managed over the past five years.


(3) CAPACITY. Demonstrate the ability of the firm to execute multiple, simultaneous projects.


In section H of the SF-330, demonstrate the ability of the firm to execute multiple, simultaneous projects at the same time. Discuss how surge workload would be handled.


 (4) Past Performance:  Demonstrate acceptable past performance on contracts that the firm has completed for Government agencies and/or private industry with respect to quality of work, and compliance with performance schedules.


In section H of the SF-330, provide CPARS information or completed Past Performance Questionnaires, preferably for the same six projects listed in Specialized Experience.  If a CPAR has been completed for a project, simply provide the correct contract number and if applicable, the task order number.  If no CPAR exists, submit a completed Past Performance Questionnaire (Attachment A).  Provide a listing of performance ratings and letters of commendation from both private and DoD clients (designate your role; prime, consultant, or joint venture partner). Ratings should be no later than five (5) years.


(5) SUPPORT FOR SMALL BUSINESS: Firms will be evaluated on the extent to which they identify and commit to support of small businesses.


 nsure that Part II, block 5(b), Small Business Status is completed for each team member. Large business firms shall submit their Agency (i.e. Navy) wide, Summary Subcontract Report with their SF-330.


Slated Large business firms will be required to provide a preliminary subcontracting plan as part of the interview. The NAVFAC goals, expressed in terms of percentages of total planned subcontracting dollars, for utilization of small business (SB) is 45%. Included in the SB goals are targets for: Small Disadvantaged Business (SDB) - 5%, Women Owned Small Business (WOSB) - 15%, Service Disabled Veteran Owned Small Business (SDVOSB) - 5%, and HUBZone Small Business - 3%.    If large business is selected for award, an acceptable subcontracting plan must be submitted before price negotiations begin for contract award.


(6) LOCATION - Work could potentially be performed at any DoD facility, or facilities with joint use in host nations, world-wide; but will primarily be Navy and Marine Corps installations.


In the SF-330 Section H, describe firm's location and demonstrated knowledge of the general geographical areas in which projects could be located. Indicate firm's location of main offices, branch offices, and sub-consultants offices. Describe and illustrate the team's knowledge and availability to meet project requirements on a worldwide basis.


(7) VOLUME OF WORK previously awarded to the firm by the Department of Defense within the past twelve months.


No submission required, data will be pulled from FPDS-NG.


(8) SUSTAINABLE DESIGN REQUIREMENT - 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.


In the SF-330 Section H, identify examples indicating design team (including consultants) experience and concepts employed for sustainability of DOD POL Systems. Sustainable design elements as pertaining to DOD Fuel systems include: 1) Minimize or elimination of toxic and harmful substances in facilities and the surrounding environments; 2) Facility maintenance and operational practices that reduce or eliminate harmful effects on people and natural environment., and 3) Efficiency in resource, and selection of materials and products appropriate for the environment.


Firms, their subsidiaries, or affiliates, which design or prepare specifications for a construction or service contract, cannot provide the actual construction or service on a subsequent contract.


Architect-engineer firms which meet the requirements described in this announcement are invited to submit a completed SF-330 to the office shown below.  In order to be considered, responses must be submitted by( 4:00 PM 20 November 2019) Pacific Time.  This is not a request for proposal.  Offerors that fail to submit an SF-330 will not be considered.  SF-330 Part I is limited to 30 pages. SF-330, Part II is limited to one page for the prime contractor and one page for each subcontractor. Four (4) hard copies and one (1) electronic copy (CD) of the submittal package are required.  Email, telegraphic and facsimile of SF-330s will not be accepted.  Offerors shall ensure that proposal disks are virus free, and free of password protection. Thumb or flash drives are not acceptable. In accordance with FAR 52.204-7, all firms must be registered with the System for Award Management (SAM) prior to submission of the SF-330s. Responses are to be submitted to Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, 1100 23rd Ave, Port Hueneme, CA 93043-4347, Attn: Christopher Dela Cruz. Outside corner of mailing envelope shall be labeled as follows: N3943020R2205 - A/E Services.


The following information is provided for information purposes and is not a representation or forecast of future work. Recent task orders have previously been performed in: California, Virginia, Florida, Washington, Texas, Georgia, Louisiana, Maryland, Nevada, North Carolina, Hawaii, Australia, Bahamas, Guam, Japan, South Korea, Diego Garcia, Germany, Spain, Djibouti, and Guantanamo Bay, Cuba. Participants in the unrestricted MAC should anticipate having to comply with various Status of Forces Agreements that will be defined on each task order.  Work pertaining to Cathodic Protection surveys, covering multiple installations are issued at least annually.  The current contract had five small business contracts for work performed in the United States and outlying territories, and three unrestricted contracts for work performed outside the United States and outlying territories. To date there have been 46 small business awards.  The median task order price was: $159,845, while the mean task order price was $580,000. There were 23 unrestricted awards.  The median task order price was: $729,867 and the mean task order price was $881,820.


Christopher R. Dela Cruz, Contracting Officer, Phone 805-982-5174, Email christopher.delacruz@navy.mil - William C. Schreiber, Contracting Officer, Phone 805-982-5570, Email william.schreiber@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP