The RFP Database
New business relationships start here

Sources Sought for AE Utility Projects


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

This is a Sources Sought Synopsis. The primary intent of this synopsis is to identify potential Large Business Concerns, Section 8(a) Small Business Concerns (SBCs), Historically Underutilized Business Zone (HUBZone) SBCs, Woman-Owned Small Businesses (WOSB), Service Disabled Veteran Owned SBCs (SDVOSB) and Small Business Concerns (SBC) that are capable of providing professional Architect-Engineer (A-E) services in support of NAVFAC Hawaiibs Capital Improvements Division for Utility projects. NAICS 541330, $15M average annual receipts over three years.

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 or $85,000,000, whichever occurs first.

There is no limit on the total value for all TOs awarded except that no award or combination of awards shall cause the maximum dollar value of the contract to be exceeded. Individual TOs will be issued with statements of work which describe the nature of work to be performed and requirements for the period of performance. The Government makes no representation as to the number of TOs or the actual amount of work to be ordered.

NAVFAC Hawaii will use the responses to this Sources Sought synopsis to make the appropriate acquisition decision for the planned procurement.
This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holderbs list. After evaluation of the responses to this synopsis, a pre-solicitation announcement may be published in the Federal Business Opportunities (FedBizOps) if the Government intends to proceed with this procurement.

Firms having the capability to perform this work are invited to submit the required information by 10:00 AM HST on 09 July 2019. Documents may be submitted via electronic mail to norine.horikawa@navy.mil. Complete information must be submitted as the Government may not seek clarification of information provided. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government.
The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing or feedback on the results of this survey. All information submitted will be held in a confidential manner and will only be used for the purposes intended.

Your submission is limited to a total of 25 pages. The format shall be electronic in PDF format. Please submit your information as one complete PDF file (multiple files will not be accepted). Number each page of your submission.

The services will include design and engineering services, primarily Civil/Electrical 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.

Please provide your response to the following Firmbs capabilities on the following criteria:

1. Specialized Experience. Provide your firmbs specialized recent relevant project experience in the design of utility projects:

b"    Definition of relevant utility projects: Design of new construction and/or repair/renovation projects of water treatment and distribution systems including pump stations; sewage collection and treatment systems including pump stations; storm drainage systems; exterior electrical primary distribution systems; utility substations; utility switching stations; power generation; secondary distribution systems; waterfront electrical systems; alternative energy systems; and telecommunications systems for facilities.
Projects shall have been designed for locations in tropical environments.

b"    Each project shall be $20 million or more for new construction or $10 million or more for repair/renovation projects in estimated construction costs if the construction contract has not been awarded, or the awarded construction value if the construction contract has been awarded. The design shall be completed within the past ten (10) years and shall be exclusive of Post Construction Award Services (PCAS) work.

b"    Types of design and engineering services: Military Construction (MILCON) project documentation (DD Form 1391); Functional Analysis and Concept Development (FACD) workshops; Design Charrettes; Design-Build (DB) Request for Proposal (RFP) solicitation documents (not DB DOR); Design-Bid-Build (DBB) final design contract documents; and concept studies/engineering investigation (construction dollar values do not apply)

SUBMISSION REQUIREMENTS: Provide a maximum of ten (10) projects completed within the last 10 years.
Submit projects on SF330 Part I, Section F or comparable format. All projects must have been completed by the Firm either as the Prime or sub-consultant.

2. Professional Qualifications. Provide information on the professional qualifications of key personnel of the Prime A-E firm. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. All key personnel must be licensed as either a Civil or Electrical Engineer.

SUBMISSION REQUIREMENTS: Provide resumes for a maximum of 6 personnel, 3 Civil and 3 Electrical key personnel. Submit resumes on SF330 Part I, Section E, Blocks 12 b 18, or comparable format.
Resumes should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; and shall cite a maximum of 5 recent relevant projects.

3. Capacity. Provide a listing of your firmbs present workload and availability over the next five years to perform approximately $75 million of work in the required time. Indicate your firmbs ability to accomplish multiple projects concurrently and ensure continuity of services. Task orders will generally be between $10,000 and $10,000,000. Anticipated estimated construction cost of a project will range between $25,000 and $100,000,000.

Norine E. Horikawa, 808-471-4731

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP