SOLICITATION NOTICE
C -- Replace Hydrant Fuel System and Expand Strategic Airlift Aircraft Ramp, Hickam Air Force Base, Hawaii
- Notice Date
- 7/10/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps Of Engineers - Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5540
- Solicitation Number
- DACA83-02-R-0027
- Response Due
- 8/12/2002
- Archive Date
- 9/11/2002
- Point of Contact
- Julius Kaneshiro, 808-438-8567
- E-Mail Address
-
US Army Corps Of Engineers - Honolulu
(julius.kaneshiro@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA “C--Architect-Engineer Services. Replace Hydrant Fuel System and Expand Strategic Airlift Aircraft Ramp, Hickam Air Force Base, Hawaii 1. CONTRACT INFORMATION: Architect-Engineer services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for the design of MILCON Projects, FY04 Replace Hydrant Fuel System and FY05 Expand Strategic Airlift Aircraft Ramp , Hickam Air Force Base, Hawaii. This announcement is open to all businesses regardless of size. A firm, fixed-price contract will be negotiated. The contract is anticipated to be awarded in January 2003. The selected firm, if a large business firm, mu st comply with FAR 52-219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 61.4% of the contractor’s intended subcontract amount be p laced with small business (SB), which includes small disadvantaged businesses (SDB), and WOSB. The subcontracting plan is not required with this submittal but the successful large business firm must submit an acceptable plan before any award can be made. 2. PROJECT INFORMATION: Design of FY04 Replace Hydrant Fuel System and FY05 Expand Strategic Airlift Aircraft Ramp, Hickam Air Force Base, Hawaii. Project Estimated Construction Cost is more than $10,000,000. The Hydrant Fuel System involves replacement of the existing modified phillips hydrant system with a type III pressurized loop hydrant refueling system. Included are a 3,600 gpm pumphouse; 12 hydrant pits with 4-inch pit control valves capable of delivering fuel at 600 to 900 gpm; stainless steel l oop piping; emergency generator; cathodic protection; microprocessor controls; and all associated utilities. The Strategic Airlift Aircraft Ramp involves expansion of existing aircraft parking ramp to accommodate at least twelve C-5 aircraft for simultane ous refueling. Current ramp can accommodate four C-5 aircraft. Ramp work includes reconfiguration of islands, expansion of concrete ramp, ramp lighting, drainage, archaeological monitoring, soil remediation, and appurtenances. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Primary Criteria are listed under a through e. Crite ria f through h are secondary and will only be used as “tie-breakers” among technically equal firms. (a) Specialized experience and technical competence in the design of hydrant fueling systems and aircraft ramps. (1) The evaluation will consider the off eror’s specialized experience in hydrant fueling systems, aircraft ramps, and all related systems, sub-systems and appurtenances. (2) The evaluation will consider technical competence of the offeror in terms of design quality management, CAD and other aut omated systems and equipment resources. (3) The evaluation will consider the effectiveness of the proposed project team with respect to management structure, coordination of disciplines and prior working relationship within team members. (4) The evaluati on will consider the firm's sustainable design experience using an integrated design approach and emphasizing environmental stewardship. (b) Professional qualifications of the firm’s staff/consultants to be assigned to the projects. (1) The evaluation wi ll consider the education, training, registration and overall relevant experience of the team’s key management and technical personnel. (2) The evaluation will consider the longevity with the firm or firms of the key personnel to be used on this project. (c) The firm’s past performance on previous similar projects. (1) The evaluation will consider all past experience of the prime AE contractor as documented on the Corps of Engineers Architect-Engineer Contract Administration Support System (ACASS). (2) The evaluation will consider all past ex perience from sources other than ACASS only if submitted in response to this announcement. In evaluation of both these sub-criteria, the relevancy of each performance evaluation to the proposed contract including type of work, contract value, performing o ffice, recentness and general trends will be considered. (d) Capacity of the firm to accomplish work in the required time and in the prescribed manner. (1) The evaluation will consider the firm’s experience with similarly sized projects. (2) The evaluat ion will consider the available capacity as well as total strength of key disciplines in the offices to perform the work. (3) The evaluation will consider a firm’s current workload and workload trends. (e) Knowledge of the locality. (1) The evaluation w ill consider the offeror’s familiarity with the site conditions, including geological and climatic conditions of Hickam Air Force Base and the Island of Oahu. (2) The evaluation will consider the offeror’s knowledge of local construction practices and ava ilability and cost of materials for the proposed project construction. (f) Small business (SB) and small disadvantaged business (SDB) participation. The evaluation will consider participation of small business, small disadvantaged business [if the Standa rd Industrial Classification (SIC) Major Group of the subcontracted effort is one in which use of an evaluation factor for participation of SDB concerns is currently authorized (see FAR 19.201(b) and web page at http://www.arnet.gov/References/sdbadjustmen ts.htm)], historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (g) Volume of DoD contract awards. The evaluation will consider equitable distribution of w ork. (h) Geographic proximity. The evaluation will consider the physical location of the firm and their team in relation to Hickam Air Force Base. The Offeror must provide adequate documentation in blocks 7g and 10 of the Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to illustrate the extent of participation of the above-mentioned groups in terms of th e percentage of the total anticipated contract effort. In addition, for the SDB participation, the Offeror must provide targets, as expressed as dollars and percentages of total contract value, in each of the authorized SIC Major Groups and total target f or SDB participation by the contractor, including joint venture partners, and team members, and total target for SDB participation by subcontractors. The targets will be incorporated into and become part of the resulting contract. Contractors with SDB pa rticipation targets shall be required to report SDB participation. Refer to FAR Subpart 19.12 for additional information. The selected firm, if a large business firm, must comply with FAR 52.219-9 regarding the requirement for submitting and negotiating a subcontracting plan. The subcontracting goals for this District are: (1) at least 61.4% of the subcontract amount be placed with small businesses (SB), which includes SDBs and women-owned small businesses (WOSB); (2) at least 9.1% of the subcontract a mount be placed with SDBs; and (3) at least 5.0% of the subcontract amount be placed with WOSBs. The subcontracting plan is not required with this submittal but the successful large business firm must submit an acceptable plan before any award can be made . For information on locating SB, SDB, and WOSB firms, contact Ms. Monica Kaji, Deputy for Small Business, at (808) 438-8586 or e-mail her at monica.kaji@usace.army.mil. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by August 12, 2002, or within thirty (30) calendar days from date of this announcement, whichever is later. Should the due date fall on a weekend or holiday, the submittal package will be due the first wo rkday thereafter. All responding firms must also include completed Standard Form 254 for themselves and their subconsultants, if not already on file with the Honolulu Engineer District. Submittals will be sent to U. S. ARMY ENGINEER DISTRICT, HONOLULU, B UILDING 230, ROOM 110, ATTN: CEPOH-EC-M, FORT SHAFTER, HAWAII 96858-5440. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested parties are reminded t hat the successful contractor will be expected to place subcontracts to the maximum possible extent with small and disadvantaged firms in accordance with the provision of Public Law 95-507. All contractors are advised that registration in the DoD Central Contractor Registration (CCR) database is required prior to award of a contract. Failure to be registered in the DoD CCR prior to award may render your firm ineligible for award. Information about CCR can be found by calling 1-888-227-2423 or via the Int ernet at http://www.ccr2000.com. Request for Proposal No. DACA83-02-R-0027 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.”
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA83/DACA83-02-R-0027/listing.html)
- Place of Performance
- Address: US Army Corps Of Engineers - Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Country: US
- Zip Code: 96858-5440
- Record
- SN00113666-F 20020712/020710215031 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |