North Carolina Bids > Bid Detail

AE IDIQ Multi-discipline Primarily in Support of HVAC and Electrical Construction MCB Camp Lejeune & MCAS Cherry Point, NC

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159751316319591
Posted Date: Nov 1, 2022
Due Date: Nov 7, 2022
Solicitation No: N40085-22-R-2644
Source: https://sam.gov/opp/f04a05c9e3...
Follow
AE IDIQ Multi-discipline Primarily in Support of HVAC and Electrical Construction MCB Camp Lejeune & MCAS Cherry Point, NC
Active
Contract Opportunity
Notice ID
N40085-22-R-2644
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

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.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 01, 2022 04:30 pm EDT
  • Original Published Date: Sep 22, 2022 04:50 pm EDT
  • Updated Date Offers Due: Nov 07, 2022 02:00 pm EST
  • Original Date Offers Due: Oct 24, 2022 02:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Feb 15, 2023
  • Original Inactive Date: Feb 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C1JZ - ARCHITECT AND ENGINEERING- CONSTRUCTION: MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Cherry Point , NC 28533
    USA
Description

AE IDIQ Multi-discipline



Primarily In Support of HVAC and Electrical Construction



MCB Camp Lejeune & MCAS Cherry Point, NC.





NOTICE OF INTENT TO CONTRACT N40085-22-R-2644 INDEFINITE QUANTITY/ INDEFINITE DELIVERY CONTRACT FOR ARCHITECTURAL DESIGN AND ENGINEERING SERVICES IN SUPPORT OF HVAC AND ELECTRICAL CONSTRUCTION WITHIN THE EASTERN NORTH CAROLINA AREA.





DESCRIPTION :



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





This proposed contract is for licensed architectural, multi-disciplined engineering (A-E) services as described below and will be procured in accordance with the Brooks Act as implemented by FAR Subpart 36.6. It is being solicited as a SMALL BUSINESS SET ASIDE. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, and the 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. Architectural Design and Engineering services are required for one (1) Indefinite Delivery Indefinite Quantity (IDIQ) Contract.





Work under the contract is anticipated to occur primarily at NAVFAC Mid-Atlantic, Marine Corps Area of Responsibility (AOR) including Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, Marine Corps Base Camp Lejeune, Marine Corps Air Station Beaufort, and Marine Recruit Depot Parris Island. However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion).





These services will be procured in accordance with 40 U.S.C. Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a five year term. The total fee for the contract term shall not exceed $15,000,000. The guaranteed minimum for the contract term is $5,000. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is November 2022.





Engineering and Design Services are generally in support of Projects and Studies associated with the Facilities Sustainment, Restoration and Modernization (FSRM) Program, Special Projects Programs, and Military Construction (MILCON) Programs. Specifically, services will include the following:







A) HVAC Design Services, including all supporting activities to develop comprehensive contract packages for Design-Bid-Build plans/specifications or Design-Build RFPs for the demolition, repair, replacement, extension, modification, and new construction of:





1) Heating, Ventilation, and Air Conditioning Systems - including:



i) Variable Air Volume (VAV) air handling systems, particularly four-pipe hydronic with reheat and associated chillers, boilers, and pumps



ii) Direct Expansion (DX) systems including packaged single zone and split systems



iii) Dedicated Outdoor Air Systems (DOAS) including energy recovery systems



iv) Computer Room Air Conditioning (CRAC) units



v) Variable Refrigerant Flow (VRF) systems



vi) Facility Related Controls Systems (FRCS) and connection to base-wide Energy Management Control System (EMCS)





2) Plumbing & Piping Systems – including:



i) Interior Domestic Water Supply, Waste, and Vent systems



ii) Domestic Hot Water Systems including gas-fired water heaters/boilers



iii) Compressed Air Systems



iv) Fire Protection Systems including fire suppression and reporting





B) ELECTRICAL Design Services, including all supporting activities to develop comprehensive contract packages for Design-Bid-Build plans/specifications or Design-Build RFPs for the demolition, repair, replacement, extension, modification, and new construction of:



1) High and medium voltage electrical utility systems including distribution systems and switchgear



2) Interior electrical systems, motors, and controls



3) Emergency generators with automatic power transfer switch



4) Inside and outside plant telecommunication systems





C) Construction Services such as the following services:



1) Contractor submittal and shop drawing reviews



2) Construction Cost Estimates



3) Field consultation and special inspections



4) Electronic Operation and Maintenance Support Information (eOMSI)



5) Obtaining environmental permits and regulatory approvals



6) As-built and Record Document preparation



A-E firms are required to prepare cost estimates utilizing the Micro-Computer Aided Cost Estimating System (MCACES MII) estimating system, specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2016 or higher) or Revit (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications. 3D renderings and BIM modeling may also be required. A-E firms or others under contract or providing services to NAVFAC may request software installation packages from NAVFAC Atlantic CI Cost. The A-E is to send an email to NAVFAC-CI-Cost@navy.mil with the following in the Subject Section "MII License Request". Software is generally distributed to A-Es free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user.



Asbestos and or lead-based paint assessments will be required on this contract to determine the presence of hazardous material in existing facilities or at utility points of connections. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required.



A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, contaminated ground-water/soil and other hazardous materials, work on airfields, and in confined spaces.



As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant.



All engineering and design services shall comply with the most current edition of FC 1-300-09N Navy & Marine Corps Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org). Selected A-E firm is required to have online access to web-based support programs and email via the internet for routine exchange of correspondence/information. A-E firm is required to submit and maintain an A-E Accident Prevention Plan (APP) in accordance with USACE EM 385-1-1 for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action. Key personnel, including sub-consultants, MUST be U.S. CITIZENS and able to obtain security clearances as required.



All contractors are 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.



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.



SUBMISSION REQUIREMENTS: A-E firms desiring to be considered for this contract must deliver a hard copy SF 330 package to the following address: NAVFAC Mid-Atlantic, ATTN: Asia Bracey – Contract Specialist, 9324 Virginia Avenue, Norfolk, VA 23511-3095. The SF 330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed 100 single-sided 8.5 by 11 inch pages (the page limit does not include Individual Subcontracting Reports (ISR), certificates, Past Performance Questionnaires (PPQ), CPARS or licenses, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Introductions shall be included in Sections E and F. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF 330. If submitting as a Joint Venture, and you do not yet have DUNS, CAGE, and TIN for the Joint Venture, then DUNS, CAGE and TIN should be submitted for each firm. DUNS, CAGE and TIN for the Joint Venture, if selected, would be required prior to the award of any contract.



Interested firms shall also provide electronic submissions of the SF 330 to:



Asia Bracey, Contract Specialist, at asia.c.bracey.civ@us.navy.mil





Mailed and hand-carried packages will not be accepted!





Responses are due no later than: __________________





Late responses will be handled in accordance with FAR 52.215-1. NO EXCEPTIONS AT ALL.





Pre-Proposal Inquiries concerning this project shall be made not later than 10 days prior to proposal due date. Inquiries must include solicitation number, title, and be addressed to:



Asia Bracey, Contract Specialist, at asia.c.bracey.civ@us.navy.mil





THIS IS NOT A REQUEST FOR PROPOSAL.



Offerors are advised that the Government will not consider pages submitted beyond the page limits. Additionally, the Government will not consider information submitted outside of the section required for a particular criterion. For example, the Government will consider only the information in the SF 330, Part I, Section F for information on Criterion 1, Specialized Experience, and will not cross-reference or consider information in other sections that may be intended to apply or supplement Criterion 1.



If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered.



In accordance with the FAR 36.601-4(b), the A-E firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Provide proof that firm is permitted by law to practice the professions of architecture or engineering, (e.g., state registration number, or a brief explanation of the firm’s licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof could result in a firm’s elimination from consideration.





IN ADDITION TO COMPLYING WITH ALL REQUIREMENTS IN THIS SYNOPSIS, FIRMS WHO ARE OFFERING AS A JOINT VENTURE SHOULD INCLUDE WITH THEIR SUBMISSION A COPY OF THE JOINT VENTURE AGREEMENT. FAILURE TO INCLUDE THE JOINT VENTURE AGREEMENT WILL RESULT IN THE FIRM’S ELIMINATION FROM FURTHER EVALUATION.





SELECTION CRITERIA:



Standard Form 330s will be evaluated to determine the most highly qualified firm based on criterion responses. Failure to provide requested data or to comply with the instructions in this Synopsis could result in a firm being considered less qualified or eliminated from consideration. The Selection of Architects and Engineers Statute and FAR Part 36.6 selection procedures apply. The A-E must demonstrate the team’s qualifications with respect to the published evaluation criteria. Failure to provide complete submission information defined in the evaluation criteria below may affect a firm’s qualification ratings. Evaluation Criteria (1) through (4) are considered most important and are equal among themselves; Criteria (5) through (6) are of slightly less importance and are equal among themselves; Criteria (7) is of the least importance and will be used only as a tie-breaker among technically equal firms. Specific evaluation criteria include:




  1. Professional Qualifications

  2. Specialized Experience

  3. Past Performance

  4. Location

  5. Capacity



6. Acceptability



7. Volume of DoD Work



Criterion 1- Professional Qualifications (SF330, Part I, Sections E & G):



Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in Criterion 2. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are Program/Project Manager, Mechanical Engineers, Plumbing Designers, and Electrical Engineers. All disciplines listed must be licensed and/or registered. The more a firm includes key personnel that participated in the Criterion 2 projects meeting the project requirements outlined in Criterion 2, the more favorably a firm may be considered.



Submission Requirements:



SF330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Resumes are limited to one (1) page each and must indicate professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the seven (7) years) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. Resumes must indicate professional licensure and/or the ability to obtain environmental and other permits from the States of North Carolina, South Carolina and Georgia. The offeror should indicate whether the key personnel hold a security clearance, and if so, what level. Indicate participation of key personnel in Criterion 1 projects in the SF330, Part 1, Section G.





Criterion 2- Specialized Experience (SF330, Part I, Section F):





Firms will be evaluated based on the demonstration of specialized experience (within the past seven years as detailed below) in the type of work expected to be required or evidence of similar relevant experience in the following areas:






  1. Preparation of contract packages including full construction drawings, specifications, and cost estimates for various facility HVAC demolition, repair, replacement, extension, modification, and new construction projects (as outlined in the DESCRIPTION section);

  2. Preparation of contract packages including full construction drawings, specifications, and cost estimates for various facility ELECTRICAL demolition, repair, replacement, extension, modification, and new construction projects (as outlined in the DESCRIPTION section);



c) Incorporation of Navy, Marine Corps, and MCB Camp Lejeune criteria into contract packages;



d) Providing post-construction-award-services (shop drawing review, record drawings preparation, construction inspection services, and OMSI; and



e) Experience with regional codes (NC, SC, GA), laws and permitting procedures.





Submission Requirements:





Firms shall provide a minimum of four (4) and up to a maximum of ten (10) projects that best demonstrate specialized experience of the proposed team in the areas outlined above. To be considered, contracted services must have been completed within the seven (7) years immediately preceding the date of issuance of this Synopsis. The offeror must clearly state the project completion date or, if design-build, the Design Completion Date, or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted.



All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will 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 1, 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 in the project description the contract period of performance, award contract value, current contract value, and a summary of the work performed that clearly demonstrates relevance to specialized experience as outlined above.



For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole to demonstrate the relevance to the specialized experience as outlined above. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project will be eliminated from consideration.





NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects may be submitted for either joint venture partner, not to exceed a total of ten (10) projects. Greater consideration will be given to a joint venture that provides experience as a joint venture or, at least to a joint venture that provides experience for each member of the joint venture. Joint ventures that do not provide experience for all members of the joint venture team may be rated lower.





NOTE: If a project was performed by a joint venture, and all joint venture partners are not on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project will be eliminated from consideration.



Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects as detailed above. Projects not completed as required will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated.



All information for Criterion 2 should be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to or outside of Part 1, Section F, in evaluation of Criterion 2.





Criterion 3 - Past Performance (SF330, Part I, Section H):





Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS for Criterion 2 projects that demonstrate recent relevant specialized experience in areas as detailed in Criterion 2 above and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTE: Past performance information for recent and relevant projects submitted under Criterion 2 may be given greater weight.





Submission Requirements:





SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 2. IF A COMPLETED CPARS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 2, Specialized Experience. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Mid-Atlantic, Code OPHA-DW, Attn: Deanna Ward via email at deanna.ward@navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.



Firms are highly encouraged to provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 2, Specialized Experience. Firms are also highly encouraged to address any adverse past performance issues. Information shall not exceed two double-sided pages (or 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 – Geographic Location (SF330, Part I, Section H):





Firms will be evaluated on the firm’s location of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of their location within the primary geographic area of the anticipated projects, primarily in the Marine Corp



s Area of Responsibility (Eastern North Carolina). Provide examples demonstrating team’s knowledge of the primary geographic areas in which projects could be located.





Submission Requirements:





The firm shall indicate location of the office that will be performing the work, including main offices, branch offices, and the offices of the design team members. The offeror shall provide narrative to demonstrate the design team’s knowledge of Eastern North Carolina as it pertains to this contract.





Criterion 5 – Capacity (SF330, Part I, Section H):





Firms will be evaluated on the firm’s capacity to accomplish the work in the required time. Describe the firm’s present workload and the availability of the project team (including consultants) for the specified contract performance period. 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. General statements of availability/capacity may be considered less favorably.







Submission Requirements:





Firms shall demonstrate the design team’s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules and control costs. The offeror shall describe the responsibilities of team members and consultants. The offeror shall discuss past working experiences and relationships with key consultants. The offeror shall indicate the firms depth of staff experience, present workload, and the availability of the project team (including consultants) for the specified contract performance period.





Criterion 6 – Acceptability (SF330, Part I, Section H):





Firms will be evaluated on the ability of the internal quality control program to ensure the technical accuracy of the design and engineering services in the aforementioned areas.





Submission Requirements:





Firms shall submit a quality control plan that will be utilized for this contract. The plan should, at a minimum, identify the firm’s designated quality control manager and describe the authorities assigned to that individual. The plan should also discuss the quality control procedures in place and how those procedures extend to consultants utilized by the firm.



Criterion 7 - Volume of DoD Work (SF330, Part 1, Section H)



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 (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by the 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 A&E contracts.



Submission Requirements:



This information will have to be pulled from the DOD Work site.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >