Similar Projects
RFQ - Electrical Engineering Services for the Harbors Special Maintenance Program at Commercial Harbors Statewide
Term Contract
Bidding
$200,000 CJ est. value
Honolulu, HI 96813

RFQ - Civil Engineering Services for the Harbors Special Maintenance Program at Commercial Harbors Statewide
Term Contract
Bidding
$300,000 CJ est. value
Honolulu, HI 96813

Engineering, Planning and Development
Post-Bid

Architecture and Engineering for the Honolulu Rail Transit Project`s Construction and Engineering and Inspection (CE&I) III Contract
Term Contract, Infrastructure
Post-Bid
Honolulu, HI 96811

Construction Management / Project Manager
Term Contract
Results
Less than $20,000,000 est. value
Fresno, Pleasant Hill, Rancho Cordova, San Francisco, CA - Honolulu, HI - North Las Vegas, Reno, NV 95655

FAA Airport Traffic Control Tower Design Competition
New Construction
Results

RFQ - Structural Engineering Services for the Harbors Special Maintenance Program at Commercial Harbors Statewide
Term Contract
Bidding
$400,000 CJ est. value
Honolulu, HI 96813

Indefinite Delivery/Indefinite Quantity Contract for Architect-Engineer Services for Architectural Projects at Various Locations Under The Cognizance of Naval Facilities Engineering Systems Command
Term Contract
Post-Bid
$10,000 to $50,000,000 est. value
Jbphh, HI

Storm Water Management Plan Improvements at Beretania Complex and Heeia Corporation Yard
Infrastructure
Results
$1,000,000 to $2,500,000 est. value
Honolulu, HI

RFP - General Environmental Engineering Services, Statewide
Term Contract
Bidding
$5,000,000 CJ est. value
Honolulu, HI 96813

Architect-Engineer - Air Field Pavement Design MATOC
New Construction, Term Contract
Post-Bid

RFP - Watershed Implementation Projects
Term Contract
Bidding
Honolulu, HI 96813

C1da--Visn 21 Design A/E IDIQ 2022-2027
New Construction
Post-Bid

RFP - SCADA Design Plan Review
Term Contract
Bidding
$250,000 CJ est. value
Honolulu, HI 96813

Indefinite Delivery/Indefinite Quantity Contract for Architect-Engineer Services for Various Geotechnical and Land/Water Survey Projects And Other Projects at Various Locations
Term Contract
Post-Bid
Less than $20,000,000 est. value
Jbphh, HI

Last Updated 11/28/2022 02:09 PM
Project Title

RFQ - Various Base Infrastructure Projects and Other Projects Under the Cognizance of Naval Facilities Engineering Systems Command

Physical Address View project details and contacts
City, State (County) Joint Base Pearl Hbr Hickam, HI 96860   (Honolulu County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected June 2023
Bids Due View project details and contacts
Estimated Value $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

N62742-23-R-0004 INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS BASE INFRASTRUCTURE PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND PACIFIC, VARIOUS LOCATIONS 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 PROPOSAL PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery Indefinite Quantity (IDIQ) contract for ArchitectEngineer (A-E) services for projects that involve significant base infrastructure and other civil design/engineering services with associated multi-discipline architect-engineering support services at various locations under the cognizance of Naval Facilities Engineering Systems Command Pacific, including the Indo-Asia-Pacific Region. 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 IDIQ contract will be for a base period and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $100,000,000. The minimum guarantee for the contract term (including option years) is $10,000. 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 October 2022. This proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industry Classification System (NAICS) Code 541330, Engineering Services. 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 types of base infrastructure and other civil design/engineering services expected to be performed under this contract include, but are not limited to, the execution and delivery of Military Construction (MILCON/MCON) project documentation (DD Form 1391), Functional Analysis and Concept Development (FACD) workshops; 1391/Design Charrettes; Design-Build (DB) Request for Proposal (RFP); Design-Bid-Build (DBB) Design contract documents; technical surveys and reports including concept and engineering studies, site engineering investigation, topographic survey, geotechnical investigation, hazardous material survey, Munitions of Explosive Concern (MEC) survey, hydrographic survey, and others; construction cost estimates; 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). SELECTION CRITERIA Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or to provide complete information under each criterion, may affect the firm's evaluation or disqualify the firm from further consideration. The following selection criteria are listed in descending order of importance: (1) Specialized Experience (2) Professional Qualifications (3) Past Performance (4) Quality Control Program (5) Workload Capacity Page 2 of 11 (6) Sustainable Design (7) Small Business Utilization (8) Firm Location (9) Volume of Work SELECTION CRITERION (1): SPECIALIZED EXPERIENCE. Under Selection Criterion (1), firms will be evaluated on specialized experience in recent and relevant projects that involved the following services, Projects located in tropical environments similar to Hawaii, Guam, Tinian, Diego Garcia, Australia, and other Pacific Ocean areas. SELECTION CRITERION (1) SUBMISSION REQUIREMENTS: SF330, Part 1, Section F. For the proposed team, provide in Section F a maximum of five (5) completed recent and relevant projects along with descriptions of correlated A-E support services rendered (MILCON/MCON Region/FEC Team 1391 project documentation, FACD/Design Charrettes, RFP documentation for DB and DBB project design contract documents, and Civil Engineering Studies). The ten (10) year completion timeline for relevant projects applies to design and engineering services (Section F, Block 22, "Professional Services") and does not include PCAS services. Checklists/matrices identifying specialized experience will not be evaluated. Only information provided in Section F, Block 24 will be evaluated. Block 24 shall clearly discuss the scope of services to demonstrate specialized experience provided in a project. If more than five (5) projects are submitted for evaluation, the Government will evaluate the first five (5) projects and disregard any other project information after the first five (5) projects. Specialized experience will not be evaluated for projects that are not relevant as defined in Selection Criterion (1). Projects submitted for evaluation under Selection Criterion (1) must either be a stand-alone contract or a single task order under an IDIQ contract. The Government will not evaluate specialized experience for an IDIQ contract. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform the work under this contract. Projects not meeting this requirement will be excluded from the evaluation. Page 3 of 11 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". In Block 21, include (1) project title and (2) location. Block 22 shall include (3) the year design and engineering services completed. Block 23a shall include (4) project owner. Block 23b shall include (5) point-of-contact name and electronic mail (e-mail) address. Block 23c shall include (6) the point-of-contact phone number. Block 24 shall include (7) the project description; (8) contract performance period; (9) original construction contract award amount; (10) final construction contract amount; and (11) a description of the work performed that demonstrates relevance to the types of specialized recent experience and relevant projects defined in Selection Criterion (1). The submission shall include a discussion of who executed the project as pertinent to demonstrating the firm's specialized experience. For example, if a project was performed by a Joint Venture (JV), and all JV partners are not on the team proposed for this solicitation, the offeror should specifically indicate which team member(s) were involved in the project submitted. If the project description does not clearly delineate the work performed by each proposed JV partner, the project will be evaluated as less favorable. Likewise, if the proposed JV partner(s) worked as a subcontractor on a project, the offeror shall specifically address the work performed by the proposed JV partner(s) on the project submitted. If a project does not provide requested data, accessible point-of-contact, or valid phone number, that project may be evaluated as less favorable. Note: If the A-E firm is a JV, information should be submitted for projects performed by the JV; however, if there are no relevant projects performed by the JV, submit projects performed by the individual partner entities of the JV. Failure to submit experience for all JV partners will be evaluated as less favorable under Selection Criterion (1). An A-E prime contractor's or JV partner's specialized experience on a project may be evaluated as more favorable in comparison to a sub-consultant's specialized experience on a project. Specialized experience of an A-E subcontractor to a construction contractor, serving as the Designer-of-Record on a DB project, will be given the same level of evaluation as an A-E firm for a DBB project. Prime contractor-subcontractor/JVs/LLCs/LTDs/LLPs with a demonstrated history of working together on prior projects will be evaluated as more favorable in comparison to those without such history. All information for Selection Criterion (1) shall be submitted in the SF330, Part 1, Section F. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Selection Criterion (1). SELECTION CRITERION (2): PROFESSIONAL QUALIFICATIONS. Under Selection Criterion (2), firms will be evaluated on: (a) Professional qualifications of key personnel for two (2) design teams; and (b) Specialized experience and technical competence in relevant projects that involved the execution of DD1391 or similar project programming document, FACD/Design Charrettes, development of DB RFP solicitation documentation, development of DBB design contract documents, and civil engineering studies. The method of contractor selection has not been determined at this time.

Details

Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents