Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2005 FBO #1369
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer Services Contract (Architectural) for Design of Miscellaneous Projects in the Pacific Region

Notice Date
8/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-05-R-0011
 
Response Due
9/23/2005
 
Archive Date
11/22/2005
 
Small Business Set-Aside
N/A
 
Description
C--Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (ARCHITECTURAL) for Design of Miscellaneous Projects in the Pacific Region. (1) CONTRACT INFORMATION: Architect-Engineer (architectural) services procured in acc ordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects within the State of Hawaii, but may include other Pacific Region locations in the Pacific Ocean Division (POD) area. No award of task orders for work outside of the Honolulu Engineer District will be undertaken without authorization from the affected District within POD. The intent is to award no more than 2 contracts for the same type of work. Award is to occur within one year from selection approval. Project authorization and funding are not presently available and the number of contracts will depend on the workload projection at the time of selection. The indefinite delivery contracts will be negotiated and awarded with a base period not to exceed one year and two option periods not to exceed one year each. The amount of work under this contract (base period plus option periods) will not exceed $3,000,000.00. The Government obligates itself to obtain no less than $20,000.00 in services during the term of the base period and $10,000.00 in services during the term of each option period. The contracts resulting from this solicitation will be administered along with other existing Indefinite Delivery Contracts of the same scope and purpose. The fo llowing will be considered in deciding which contractor/Indefinite Delivery contract will be selected to negotiate an order: current capacity to accomplish the order in the required time; uniquely specialized experience; equitable distribution of work amon g the contractors; and performance and quality of deliverables under the current contract. The first contract is anticipated to be awarded in January 2006; award of the second contract is estimated to be awarded after April 2006. This announcement is open to all businesses regardless of size. (2) PROJECT INFORMATION: Work includes A-E services for preparation of plans, specifications, design analysis, and cost estimates for solicitation of repair, renovation, and new construction projects for installation s upport. Projects will also include charrettes, parametric design packages, RFP criteria packages, and studies. The A-E firm must have primary capability in architectural design. The prime and/or its consultants must have capability in disciplines that incl ude civil, structural, mechanical, electrical, telecommunications, landscaping, environmental, cost estimating, and specification writing. Use of the metric system will be a requirement on selected projects. Specific computer-aided drafting (CAD) equipment and format of required CAD products will be required. (3) SELECTION CRITERIA: The PRIMARY selection criteria listed in descending order of importance are (first by major criterion and then by each sub-criterion): (A) Specialized experience and technical q ualifications. (i) The evaluation will consider the offerors specialized experience in the services described above. (ii) The evaluation will consider competence of the offeror in terms of design quality management, CAD, and other automated systems and eq uipment resources. (iii) The evaluation will consider the effectiveness of the proposed project team with respect to management structure, coordination and prior working relationship with team members. (iv) The evaluation will consider the firm's sustainab le design experience using an integrated design approach and emphasizing environmental stewardship. (B) Professional qualifications of the firms staff/consultants to be assigned to the projects. (i) The evaluation will consider the education, training, re gistration and overall relevant experience of the teams key management and technical personnel. (ii) The evaluation will consider the longevity with the firm o f the key personnel. (C) Past Performance of the firm for similar work. (i) The evaluation will consider all past experience of the prime A-E contractor as documented on the Architect-Engineer Contract Administration System (ACASS). (ii) The evaluation wil l consider past experience from sources other than ACASS. In evaluation of both these sub-criteria, the relevancy of each performance evaluation to the proposed contract including the type of work, contract value, performing office, and recentness of gener al trends will be considered. (D) Capacity of the firm to accomplish work in the required time and in the prescribed manner. (i) The evaluation will consider the available capacity as well as total strength of the disciplines in the offices to perform the work. (ii) The evaluation will consider the offeror's current workload and workload trends. (E) Knowledge of the locality of the projects. The evaluation will consider the offerors familiarity with the site conditions, including geological and climatic co nditions in Hawaii and the Pacific Region. SECONDARY selection criteria, to be used as tie-breakers among technically equal firms, are listed in descending order of importance as follows: (A) Location of the firm; (B) Volume of recent DoD work; and (C) P articipation of small business, small disadvantaged business (SDB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. The selected firm will be required to obtain Defense Base Act Insurance (workers compensation insurance) for work performed outside the waters of the United States. The selected firm, if a large business firm, must comply with FAR 52.219-9 regarding the requirement for submitting and negot iating a subcontracting plan. The subcontracting goals for this District are: (A) at least 51% of the subcontract amount be placed with small businesses (SB), which includes SDBs and women-owned small businesses (WOSB); (B) at least 9% of the subcontract a mount be placed with SDBs; (C) at least 8% of the subcontract amount be placed with WOSBs; (D) at least 3% for hubzone small businesses, and (E) at least 1% for service disable veteran-owned small business. 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 .a.kaji@usace.army.mil. (4) SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 330 no later than 4:00 p.m., Hawaiian Standard Time, by September 23, 2005, or within thirty (30) calendar days from date of this announcement, wh ichever is later. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. No more than five (5) example projects shall be listed in Section F of the SF 330. Submittals will be sent to U.S. ARMY ENGI NEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, 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 that the successful contractor will be expected to place subcontracts to the maximum possible extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. All contractors are advised that registrat ion 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 1-888-22 7-2423 or via the Internet at http://www.ccr2000.com. Request for Proposal No. W9128A-05-R-0011 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00878528-W 20050826/050824213042 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.