SOLICITATION NOTICE
C -- Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Engineering and Environmental Planning Services) for Miscellaneous Projects in the Pacific Region
- Notice Date
- 1/27/2011
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A-11-R-0007
- Archive Date
- 3/15/2011
- Point of Contact
- Thomas L Reese, Phone: 8084381776, Maria R Buckner, Phone: 808-438-8583
- E-Mail Address
-
thomas.l.reese@usace.army.mil, maria.r.buckner@usace.army.mil
(thomas.l.reese@usace.army.mil, maria.r.buckner@usace.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- This presolicitation notice is posted in its entirety and hereby serves as the official solicitation for this project. 1. CONTRACT INFORMATION: Architect-Engineer services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects primarily located within the State of Hawaii, but may include projects outside the state within the Pacific Ocean Division (POD) area and ad hoc projects located in other parts of Asia. No award of task orders for work outside of the Honolulu Engineer District will be undertaken without authorization from the affected District within POD. Indefinite delivery contracts will be negotiated and awarded with a period not to exceed 5 years. The amount of work under each contract will not exceed $5,000,000.00 with 2 options of $3,500,000.00 each which may be exercised at any time during the contract period. The Government obligates itself to obtain no less than $100,000.00 in services. The intent is to award no more than 3 contracts for the same type of work. The first contract is anticipated to be awarded in June 2011; the subsequent contracts are planned to be awarded within one year of the closing date of this announcement. During the period when the contracts resulting from this solicitation run concurrently, the following 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, unique specialized experience, equitable distribution of work among the contractors, and performance and quality of deliverables. This announcement is open to all businesses regardless of size; however, at least one contract will be set aside for award to a small business concern. 2. PROJECT INFORMATION: Work includes A-E services for comprehensive engineering planning for future construction requirements, master plans, 1391s, economic analysis, and environmental A-E services. Services include planning charrettes, project definition reports, preliminary assessments, infrastructure studies, hydraulic and geotechnical investigations, site planning, cost estimating, area development plans, installation design guides, value assessments, conceptual designs and environmental studies with significant engineering considerations for new and renovation projects. Requirements include compatibility with specific computer-aided drafting (CAD) equipment and compliance with A/E/C standards and geospatial data standards. 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 qualifications. (1) The evaluation will consider the offeror's specialized experience in the engineering services described in paragraph 2. (2) The evaluation will consider competence of the offeror in terms of quality management, CAD capability, spatial data standards, and equipment resources. (3) The evaluation will consider the effectiveness of the proposed project team with respect to management structure, coordination, and prior working relationship with team members. (4) The evaluation will consider the firm's experience with sustainable development concepts. (b) Professional qualifications of the firm's staff/consultants to be assigned to the projects. The evaluation will consider the education, training, registration and overall relevant experience of the team's key management and technical personnel. (c) Past Performance of the firm for similar work. (1) The evaluation will consider all past experience of the prime A-E contractor as documented in the Architect-Engineer Contract Administration System (ACASS) or Past Performance Information Retrieval (PPIRS) databases. (2) The evaluation will consider past experience from sources other than ACASS. (d) Capacity of the firm to accomplish work in the required time and in the prescribed manner; and (e) Knowledge of the locality of the projects. The evaluation will consider the offeror's familiarity with the site conditions, including geological and climatic conditions 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) Participation 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, 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 50% of the subcontract amount be placed with small businesses (SB), which includes SDBs and women-owned small businesses (WOSB); (2) at least 17% of the subcontract amount be placed with SDBs; and (3) at least 18% of the subcontract amount be placed with WOSBs. (4) At least 10% for hubzone small businesses, and (5) at least 4% 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. Catherine Yoza, Deputy for Small Business at (808) 438-8586 or e-mail her at catherine.l.yoza@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 28 February 2011, 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 workday thereafter. NO MORE THAN FIVE (5) EXAMPLES PROJECTS SHALL BE LISTED IN SECTION F of the SF 330. Submittals will be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, ATTN: CEPOH-EC-M (Sandra Kuioka, 808-438-8547 or Lilah Orrantia, 808-438-8853), 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 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 Internet at http://www.ccr2000.com. Request for Proposal No. W9128A-11-R-0007 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-11-R-0007/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Honolulu, Building 230, For Shafter, Hawaii, 96858-5440, United States
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02367866-W 20110129/110127234116-4e04bb2554875417b7e665f510d8a90c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |