The RFP Database
New business relationships start here

IDIQ CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY PROJECTS AND OTHER PROJECTS PRIMARILY UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, HAWAII


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

 


N62478-19-R-5036 IDIQ CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY PROJECTS AND OTHER PROJECTS PRIMARILY UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, HAWAII (AMD 2)


 


ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD.


 


This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for


Architect-Engineer (A-E) services for various utility projects at various locations under the cognizance of Naval Facilities Engineering Command Hawaii, but may also include work worldwide.  These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The term of the resultant IDIQ contract will be a base period of one year and four one-year option periods (if exercised) or $85,000,000, whichever occurs first.  The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or acceptable AE performance under the awarded contract.  There will be no future synopsis in the event the options are exercised. The guaranteed minimum for the contract term (including option years) is $10,000.  Firm-fixed price task orders will be negotiated/awarded under this contract.  There will be no dollar limit per year.  Anticipated start date is July 2020.


 


This proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Engineering Services, average annual receipts over the past three years of $16.5M. The market research sources sought synopsis issued June 20, 2019 resulted in a determination to issue this requirement on an unrestricted basis.  The NAVFAC Hawaii 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.  For this contract, the Principal-in-Charge shall be a registered Civil Engineer.  (AMD 1)


 


AE services required under this contract include, but are not limited to, the execution and delivery of 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; Design-Bid-Build (DBB) Design contract documents; SPECSINTACT program; cost estimates utilizing the MII cost estimating system; technical surveys and reports including concept studies, site engineering investigation, topographical survey, geotechnical investigation, hazardous material survey, Munitions of Explosive Concern (MEC) survey, hydrographic survey, and others; Collateral Equipment (CEQ) Buy Packages; Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF&E); and Post Construction Award Services (PCAS).  PCAS consist of technical consultation during construction, including, but not limited to, review of construction submittals, site visits, operations and maintenance support information, record drawings, and other miscellaneous services. 


 


 


All AE firms are advised that registration of the firm in the System for Award Management (SAM) Database is required PRIOR to submission of a SF330.    Lack of current registration in the SAM Database shall render your firm ineligible for further consideration.  For more information, check the SAM Web site: https://www.sam.gov


 


The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest.  The Prime firm for this contract will be required to perform throughout the contract term.  All key personnel, listed under Criteria 2, are required to be employed by their respective firm on a full time basis. (AMD 2)


 

The selected firm and its subsidiaries or affiliates may be tasked to assist in the preparation of a statement of work, a plan, or a specification for a construction project.  This includes concept design, which includes preparation of project programming documents (DD 1391), facility studies, environment assessments, or other activities that result in identification of project scope and cost.  The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same project.

 

Interviews may be scheduled with firms slated as the most highly qualified.  Firms slated for interviews may be asked to clarify information contained in the SF330 submittal.  Elaborate presentations are not desired.


 


SELECTION CRITERIA:


 


Firms responding to this synopsis shall be evaluated to determine the most highly qualified firms to perform the required services in accordance with the selection criteria as defined below.  Failure to comply with instructions, or provide complete information may affect the firm's evaluation or disqualify the firm from further consideration. 


 


For this acquisition, the Government is seeking a strong Civil lead with a solid Electrical in-house experience; JV/LLC/LP partner and/or team subconsultant.  In the case of an electrical team subconsultant, the SF330 shall clearly show which electrical firm will be providing the electrical design experience. 


 


The following selection criteria are listed in descending order of importance.  Specific selection criteria include:


 

•1.       Specialized Experience

•2.       Professional Qualifications

•3.       Past Performance

•4.       Program Management and Capacity

•5.       Design Quality Control Program

•6.       Sustainable Design

•7.       Firm Location

•8.       Commitment to Small Business

•9.       Volume of Work


 


Criterion 1 - Specialized Experience


 


Basis of Evaluation:  Firms will be evaluated for specialized experience in performance of recent relevant projects.  Recent relevant projects are defined as follows:


 


     a.  Recent relevant projects shall include the design of new construction and/or repair/renovation projects that include any of the following features.  Studies or planning contracts/task orders will not be considered.  In order to be evaluated as meeting the criteria for relevancy, the SF330 shall submit a minimum of:


 

          1) 3 relevant Civil projects, at least one new construction and at least one repair/renovation, and

          2) 3 relevant Electrical projects, at least one new construction and at least one repair/renovation

 

Features that shall be addressed are:

 

(1) Water treatment and distribution systems including pump stations;

(2)  Wastewater collection and treatment systems including pump stations;

(3)  Storm drainage systems;

(4)  Exterior electrical primary distribution

(5)  Utility substations;

(6)  Utility switching stations;

(7)  Power generation;

(8)  Secondary distribution systems;

(9)  Waterfront electrical system;

(10) Alternative energy systems;

(11) Telecommunications systems for facilities.

 

     b.  Projects shall have been designed for locations in tropical environments.  For this acquisition, tropical is defined as being located between the Tropic of Capricorn and the Tropic of Cancer, excluding arid and high elevation areas.  Tropical regions are hot and humid and require special attention in the design of shore-based facilities subject to highly corrosive environments.  See UFC 3-440-05N, Change 2 dated 28 November 2006. 

 


     c.  Each project shall be $20 million or more in estimated construction costs, if the construction contract has not yet been awarded or if the construction contract has been awarded, the awarded construction value per project/contract.  You must clearly indicate the dollar value of the relevant feature in each project.  If more than one feature is included in a project, please indicate the dollar value of each relevant feature.  For example, a project $25M in construction cost with $3M water distribution, $3M wastewater collection, $2M storm drainage, and $5M secondary distribution systems would be considered a relevant project to demonstrate water distribution, wastewater collection, storm drainage system and secondary distribution system project types.

 

     d.  The design shall have been completed within the past ten (10) years exclusive of Post Construction Award Services (PCAS) work.

  


     e.  For each project submitted for evaluation, please annotate whether any of the following were included.  All of the following need not be in one project scope. 

 


         (1) Execution of Region/FEC DD 1391 or similar project programming documents


         (2) Functional Analysis Concept Development (FACD)/design charrettes


         (3) Design-Build (DB) RFP solicitation documents, NOT DB DOR


         (4) Design-Bid-Build (DBB) RFP final design documents


 

More favorable consideration may be given for the following, which are not listed in any order of preference.  

 

       1.  SF330s that demonstrate experience in a variety of features listed in paragraph a. above, may be considered more favorable.  

       2.  SF330s that demonstrate a variety of the features listed in paragraph e. above, may be considered more favorable.

       3.  SF330s that demonstrate design experience for utility features with larger dollar values may be considered more favorable

 

NOTES: 

1.  A subconsultant's experience will not be given the same level of consideration as that of either a prime firm or a joint venture member/partner because there is no direct legal relationship between the Government and a subconsultant.  The exception is an electrical team subconsultant, if proposed, that will be providing the electrical design experience.  The SF330 shall clearly designate the electrical design firm that will be providing the electrical design experience.  In this instance, the electrical team subconsultant must be the prime AE firm for the project being submitted in order to be given full consideration.   

 

2.  Specialized experience of the Prime A-E firm as a subconsultant will not be given the same level of consideration as either the Prime A-E or the Prime Joint Venture (JV)/Limited Liability Company (LLC)/Limited Partnership (LP) or JV/LLC/LP partner(s).


 


Submission requirements: SF330, Part I, Section F, limited to 3 single sided pages


 

Submit information on a maximum of ten (10) recent relevant projects.  Sufficient information to determine the date of design completion of the project must be included in the project description or the project will not be considered.  Projects with design and engineering services that are on-going will not be considered.  If more than the maximum number of projects are submitted, the Government will only evaluate the first ten projects in the order submitted and disregard any other projects thereafter.

 

All projects provided in the SF330 must be completed by the actual office/branch/regional office proposed to manage and perform work under this contract.  Projects not meeting this requirement may be excluded from consideration in the evaluation.  To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part I, Section F, Block 25, "Firm Name".  Include a contract number or project identification number in Block 21.  Include an e-mail address and phone number for the point of contact in Block 23(c).  In Block 24, include AE task order/contract award value, value of the construction contract associated with the design, and a detailed narrative of the work performed that demonstrates that the project meets the definition of a recent relevant project.  For projects performed as a subcontractor or a JV/LLC/LP involving different partners, specifically indicate the percentage of the work performed as a subcontractor or by each JV/LLC/LP partner, and identify the specific roles and responsibilities performed as a subcontractor or by each JV/LLC/LP partner rather than the work performed on the project as a whole.  If the project description does not clearly delineate the work performed by each entity, the project may be eliminated from further consideration. 

 

NOTE: If the firm is a JV/LLC/LP, projects performed by the JV/LLC/LP shall be submitted; however, if there are no projects performed by the JV/LLC/LP, projects shall be submitted for each JV/LLC/LP partner, with a minimum of two projects for any JV/LLC/LP partner, maximum of ten projects per SF330.  Firms failing to demonstrate experience for all JV/LLC/LP partners with at least a minimum of two projects for each partner will not be considered.  If more than ten projects are submitted for the JV/LLC/LP, the Government will only evaluate the first ten projects in the order submitted and disregard any other projects thereafter.

 

Projects shall be submitted on the SF330 at Part I, Section F.  Projects shall be for completed designs and NOT studies or planning documents.  Projects not yet complete will not be considered.  For submittal purposes, a task order awarded under a basic IDIQ contract is considered a project, as is a stand-alone contract award.  Do not submit a basic IDIQ contract as a relevant project.  Instead, list relevant task orders or stand-alone contract awards that meet the definition of a relevant project.  Examples of project work submitted that do not conform to this requirement will not be evaluated. 

 


 Criterion 2 - Professional Qualifications


 


Basis of Evaluation:  The SF330s will be evaluated for professional qualifications, competence, and experience of the proposed key personnel in recent relevant projects (see definition of recent relevant project under Criterion 1).   Key personnel are individuals who will have major contract or project management responsibilities.  Specific disciplines that must be included as key personnel identified in the section entitled Submission Requirements, below.  All key personnel shall be licensed and shall be employed by their respective firm on a full time basis. (AMD 2)


 


Key personnel may be given more favorable consideration for the submission of more variety in the different features of recent relevant project. 


 


Submission Requirements:  SF330, Part I, Section E, limited to 3 single sided pages and Section G, Key Personnel Participation in Example Projects, limited to 1 single sided page 


 


Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract.  For this acquisition, key personnel are designated as follows.  The Principal-in-Charge shall be a registered Civil Engineer.  The Principal-in-Charge is a key personnel that is in addition to the maximum four Civil Engineer key personnel.  The maximum number of key personnel that shall be proposed are annotated in parentheses.  (AMD 1)


 


Principal-in-Charge of the Prime Firm (1)


Civil Engineers (4)


Electrical Engineers (4)


Mechanical Engineer (1)


Structural Engineer (1)


Fire Protection (1)


Fuels, Petroleum/Oils/Lubricant (POL) Engineer (1)


Telcom (RCDD certification required) (1)


Geotechnical Engineer (1)


Architect (1)


 


Resumes shall indicate:  U.S. professional license (include State and discipline), certifications, registrations and/or accreditations in appropriate disciplines, number of years of experience, firm name and location, education; and indicate proposed role in this contract (e.g. Structural Project Engineer, Civil Project Engineer, etc.)  Do not use other company titles such as "Type I Engineer" where the discipline and role are unidentifiable.


 


The Fuels POL Engineer should have experience with POL receiving, storage, distribution and dispensing systems for aviation and diesel fuels on military land-based facilities.


 


Complete Section E for each key personnel.  Submit a maximum of five (5) recent relevant projects for each key personnel.  See Criterion 1 for the definition of recent relevant project.


 


If more than the maximum number of resumes or maximum number of pages per resume are submitted for each key personnel, the Government will only evaluate resumes up to the maximum number authorized in the order submitted per discipline per page.  Resumes of disciplines that are not required, if submitted, will not be considered in the evaluation.


 


Firms must indicate non-key personnel team members, including, but not limited to, Surveyor and Environmental in the SF330, Part I, Section D organization chart.


 


Criterion 3 - Past Performance


 


Basis of Evaluation:  Firms shall be evaluated on past performance on recent relevant projects (projects from Criterion 1) in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction.  The Government is not limited to the Past Performance Questionnaires (PPQs) or Contractor Performance Assessment Reporting System (CPARS)/Architect-Engineer Contract Administration Support System (ACASS) for Criterion 1 projects and may use other sources, such as, customer inquiries, other Government databases, and/or other information available to the Government to evaluate past performance.  


 


NOTES: 

•1.       Past performance information for projects listed under Criterion 1 shall be given greater weight than information obtained by the Government for other projects from customer inquiries, Government databases, and other information available to the Government.  Past performance information submitted in the SF330 for other projects will not be considered.

 

•2.       A subconsultant's past performance information will not be given the same level of consideration as that of either a prime firm or a joint venture member/partner because there is no direct legal relationship between the Government and a subconsultant.  The exception is an electrical subconsultant, if submitted, that will be providing the electrical design expertise. 


 

Submission Requirements:  Submit a completed CPARS/ACASS evaluation for each project submitted for evaluation under Criterion 1, directly behind each project in Section F. 


 


IF A COMPLETED CPARS/ACASS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (B)) included in this notice is provided for the firm and/or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. Download the PPQ from NECO, https://www.neco.navy.mil and submit the PPQ with the SF330.  DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. PPQ's shall be from the contracting agent and/or their representative responsible for the contract administration, or from the facility owner/user.  It shall not be from the prime contractor on a design-build project to a designer nor shall it be from a prime contractor to a subcontractor.


 

If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Hawaii, Code OPHA1, Attn: Ms. Norine Horikawa via email at norine.horikawa@navy.mil prior to the response date. Firms may use PPQs previously submitted in response to other AE services procurements as long as it is relevant.  The Government is also not restricted to the information provided in the SF330 and may use other sources to assess past performance, such as information obtained from Past Performance Information Retrieval System (PPIRS), CPARS, and inquiries with previous customers/owners.  PPIRS/CPARS/ACASS will be retrieved for the Prime A-E, JV, or JV partner(s) that will perform the work and will be based upon the DUNS number provided for the Prime, JV and/or JV partner(s).  If the Prime firm performed the work as a subconsultant for a project under Criterion 1, submit a PPQ.  PPIRS/CPARS/ACASS of subcontractors will not be evaluated.

 

PPQs/CPARS/ACASS for projects not included in Section F will not be considered.  Past performance information provided in Section F for the Prime that performed the work as a subcontractor or sub-consultant will not be given the same level of consideration as work that was performed as the Prime, Prime JV/LLC/LP or Prime JV/LLC/LP partners.  Past performance information pertaining to a non-relevant projects will not be considered.


 


Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience.  Firms may also address any adverse past performance issues.  It is incumbent upon the A-E to provide an explanation of the issues or adverse ratings and what the A-E has done or will do to preclude a less than satisfactory rating on future contracts; otherwise, the A-E may be considered to have not met the requirements of this criterion.  Information shall not exceed four single-sided pages in total.


 


Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation.


 


Criterion 4 - Program Management and Capacity


 


Basis of Evaluation:  Firms will be evaluated on the firm's ability to plan for and to manage work under the contract and the firm's capacity to accomplish the work in the required time.  General statements of availability/capacity may be considered less favorably. 


 


Submission Requirements, SF330, Part I, Section H

 

1.  Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services.

 

2.   Describe the firm's present workload and the availability of the project team for the projected contract performance period (2020 - 2025).  Describe the proposed team's ability to complete several large task orders concurrently requiring quick turnaround. 

 


Criterion 5 - Design Quality Control Program


 


Basis of Evaluation:  Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors.


 


Submission Requirements, SF330, Part I, Section H:


 


Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall:


 

1.     Provide a quality control process chart showing the inter-relationship of the management and team components.  Identify the quality control manager (by name and firm) and any other key personnel that will be responsible for the quality control program, along with a description of their roles and responsibilities.

 

2.     Describe specific quality control processes and procedures proposed for this contract that will ensure technical accuracy and assurance of overall coordination of plans and specifications, and engineering design services, incorporation of the latest criteria, lessons learned, review comments, etc. Describe how the firm's quality control program extends to the management of subconsultants to ensure design quality consistency between all design disciplines or teams. 

 


Criterion 6 - Sustainable Design:


 


Basis of Evaluation:  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 Unified Facilities Criteria (UFC) 1-200-02 High Performance and Sustainable Building Requirements. 


 


Submission Requirements (SF330, Part I, Section H, not counted toward the maximum 15 page limit):


 


Provide a maximum of three (3) projects that have attained or have been submitted for third party certification (TPC).  For projects not yet certified, identify the TPC program and date the project was submitted.  If more than three projects are submitted for evaluation, the Government will evaluate the first three projects and disregard any other project information after the first three projects.  Third party certified projects will be considered more favorably than projects not yet certified. 


 Criterion 7 - Firm Location:


 Basis of Evaluation:  SF330s will be evaluated on the location(s) of their office(s) that will be performing the work under this contract and demonstrated knowledge of the general geographic areas in which projects will be located. SF330s will be evaluated on the firm's ability to provide timely on-site response to the Government. 


 Submission Requirements, SF330, Part I, Section H:


1.     Indicate location of the office(s) that will be performing the work, including clearly identifying the main office, branch offices, and offices of team members. 

2.     Address the ability of the firm to ensure timely response to requests for on-site support.  If the work is to be performed from other than the local area, briefly describe the ability of the prime firm to provide timely, quality support to the Government.  

 


Criterion 8 - Small Business Utilization:

 Basis of Evaluation:  SF330s will be evaluated on the extent to which the submissions and other performance information available to the Government demonstrate a history of successfully supporting Government policies concerning utilization of small business concerns as subcontractors including, when applicable, achievements against established small business subcontracting plan goals.  SF330s will also be evaluated on the levels of small business participation proposed and the degree of commitment to use the named sources.  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.

 A large business firm that is selected for rate negotiations shall provide a Subcontracting Plan, Attachment C, along with their rate proposal. 


 Submission Requirements, SF330, Part I, Section H:


All prime firms shall provide a narrative (limited to two pages) to describe their achievements in supporting the Government's policy to provide maximum practicable opportunities for small business (SB), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone) small business, small disadvantaged business (SDB), and women-owned small business (WOSB) concerns to participate as subcontractors consistent with efficient contract performance.  In support of narrative submissions:

 

•a.        Prime firms representing as other than small businesses shall provide copies of the most current individual subcontracting reports (ISRs) associated with each project submitted for consideration under Criterion 1, Specialized Experience if a small business subcontracting plan was required by the contract.  If such projects were completed under specific task orders, provide ISRs for the overall basic contract.  For cited projects with state and local government agencies, provide similar subcontracting performance reports if required by the contracts in the format provided in Attachment D, Small Business Subcontracting Record.  When not specifically addressed in the ISR or similar report, firms shall provide explanations for all instances of failures to meet dollar or percentage goals in individual subcontracting plans.

b.  All Small Business prime firms shall submit small business subcontracting information associated with each project submitted for consideration under Criterion 1, Specialized Recent Relevant Experience/Technical Competence in the format provided in Attachment D, Small Business Subcontracting Record.

 

All prime firms, including small business firms, shall submit a small business participation and commitment strategy including all data elements shown in Attachment E, Small Business Participation and Commitment Strategy.  The NAVFAC subcontracting targets are shown below in Note (4).

 

•a.        Identify in terms of dollar value and percentage of the total acquisition the extent of work the prime firm will self-perform.  If submitting an offer as a joint venture, identify the percentage of work each member will be responsible for and indicate the size status of each member (e.g. small business, woman-owned small business, other than small business).

•b.       Include supplemental narratives (limited to two pages) to address other elements of the prime firms' strategy such as binding agreements covering post award roles for execution of the contract and specific initiatives and tools that will be employed under the contract to enhance small businesses opportunities to both participate in this acquisition and build capabilities to support future NAVFAC acquisitions.

NOTES: 

•(1)    The Government reserves the right to consider information on other recent, relevant projects from all available sources.

•(2)    If the prime firm is a new joint venture, partnership or other entity consisting of more than one firm, provide achievements information for each individual business entity that will be responsible for managing the subcontracting program and clearly describe those responsibilities.

•(3)    Failure to provide ISRs or any other requested information must be fully explained and may negatively impact your evaluation.

•(4)    The NAVFAC Subcontracting targets for FY20 and beyond is as follows:

 

                      Small Business - 45%

                      Small Disadvantaged Business -5%

                      HUBZone Small Business - 3%

                      Women-Owned Small Business - 15%

                      Service Disabled Veteran Owned Small Business - 5%


 


Forms to be used for submission of Small Business Utilization Factor information are:

                                Attachment C -Subcontracting Plan (template)

                                Attachment D -Small Business Subcontracting Record

                                Attachment E - Small Business Participation and Commitment Strategy

 


Criterion 9 - Volume of Work


 


Basis of Evaluation:  Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System Next Generation (FPDS-NG). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A&E firms including small, disadvantaged business firms, and firms that have not had prior DOD AE contracts.


 


Submission Requirements:  None.  The Government will extract data from the FPDS-NG database utilizing the DUNS number submitted in the SF330, Part II.


 

SF-330 SUBMISSION REQUIREMENTS:


 

A-E firms desiring to be considered for this acquisition must submit a completed SF330 package.  Do not submit Sf254/255s.  The SF330 shall be typed, one-sided, and at least 11 point Times New Roman or larger.  The SF330 Part I, Section H is limited to 15 single-sided 8.5 by 11 inch pages.  The page limit does not include ISRs, certificates, TPC Certifications, PPQs/CPARS, licenses, or other requested documentation, e.g., joint venture agreements, proof of A-E firm registration.  Should more than 15 pages be submitted for Part I, Section H, the information contained in the pages exceeding page 15 will not be considered.  An SF330 Part II shall be submitted for each firm identified in Part I, Section C.  The SF330 Parts I and II pages shall be numbered sequentially.  The organizational chart (SF330, Part I, Section D) may be one page, single-sided 11x17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables).  Please include your DUNS and CAGE numbers in Block 8(c) of the SF 330, Part II.

 

Any other information submitted such as company brochures, leaflets, etc., will not be considered.

 

In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b).  If a firm is in a jurisdiction that requires A-E firm registration, the firm must provide proof of registration (e.g. state registration number).  If a firm is in a jurisdiction that does not require A-E firm registration, the firm must provide proof eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction, registration to do business in a state, etc.)  Failure to submit the required proof could result in a firm's elimination from consideration.   

 

Firms submitting SF330s as a Joint Ventures (JV), Limited Liability Companies (LLC), Limited Partnerships (LP) or other type of partnering structure shall submit the following documentation regarding their business entities:

 

a.  A signed copy of the JV, LLC or LP agreement.

 

b.  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 and any modifications, task order, and task order modifications).

 

c.  A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, e-mail address, phone number and facsimile number.


 


Failure to submit a joint venture agreement or other partnering type of agreement with your SF330 will result in the firm's elimination from further consideration. 

 

Firms that meet the requirements described in this announcement are invited to submit:

 

•·         One (1) original paper copy of the SF330, marked as "Original".

•·         Four (4) paper copies of the SF330, marked as "Copy".

•·         One (1) PDF copy of the SF330 on a CD/DVD.  Submit the SF330 as a ONE complete PDF file (multiple files will not be accepted).


 


If there is a discrepancy between the paper copies and the electronic copy, the paper copy shall govern.  If there is a discrepancy between the original submission and any of the copies, the original submission shall govern.


 


Submit completed SF330s to Naval Facilities Engineering Command, Hawaii, Code OPHA1, Attn: Ms. Norine E. Horikawa, Contracting Officer.  Firms responding to this announcement by Wednesday, October 23, 2019 at 2:00 p.m. Hawaii Standard Time (HST) will be considered.   Emailed or faxed submissions are not allowed. 


 


Prior to submitting your SF330, please send an email notification with the date and approximate time of your intent to submit to norine.horikawa@navy.mil. ;

 

The delivery addresses are as follows:

 

(1) For SF 330s being sent via United States Postal Services (USPS):


 


Naval Facilities Engineering Command, Hawaii


Code OPHA1:NEH (N62478-19-R-5036)


400 Marshall Road


JBPHH, HI 96860-3139

 

(2) For SF 330s being sent via courier service or hand-delivered:


 

Naval Facilities Engineering Command, Hawaii

Code OPHA1:NEH (N62478-19-R-5036)

Building A-13  (SEE MAP PROVIDED AS ATTACHMENT A)


JBPHH, HI 96860-3139


 

THIS IS NOT A REQUEST FOR PROPOSAL.

 

Late responses will be handled in accordance with FAR 52.215-1.  The point of contact is Ms. Norine E. Horikawa, Contracting Officer, email norine.horikawa@navy.mil.  ;

 

If an SF 254/SF 255 is submitted for this acquisition, it will not be reviewed or considered.  As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). 

 

Completion of electronic annual representations and certifications are also mandatory prior to award of a contract.  Refer to FAR 52.204-8 Annual Representations and Certifications.

A-E firms shall have e-mail and Internet on-line access for routine exchange of correspondence.  Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency.

 

All inquiries concerning this procurement shall include the announcement number and title and shall be forwarded via email to norine.horikawa@navy.mil ; within 21 days of the synopsis issuance date.  Secondary point of contact is David Sakamoto, david.sakamoto@navy.mil. ; Inquiries via phone will not be entertained.  Questions submitted after this date may not be answered by the Government.

 

All potential offerors are advised to check the Federal Business Opportunities (FBO) website, https://www.fbo.gov/ for modifications and responses to inquiries (Notices) pertaining to this announcement.  Failure to periodically check these websites, may affect your SF330 submission.


Norine E. Horikawa, Contract Specialist, Phone 8084714731, Email norine.horikawa@navy.mil - David A. Sakamoto, Contract Specialist, Phone 8084714150, Email david.a.sakamoto@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP