|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,1998 PSA#2072US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 C -- INDEFINITE-DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT (CIVIL)
SOL DACA83-98-R-0014 DUE 051498 POC James Tamura, (808) 438-6958 WEB:
Honolulu Engineer District Contracting Home Page,
www.poh.usace.army.mil/ebs.html. E-MAIL: click here to contact the
contracting specialist via e-mail, jennifer.ko@poh01.usace.army.mil. 1.
CONTRACT INFORMATION: Architect-Engineer (Civil) services procured in
accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are
required for various military projects within the Pacific Region (to
include Japan and Korea). An indefinite delivery contract 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 in
each contract period will not exceed approximately $1,000,000,00. Work
will be issued by negotiated firm fixed-price task orders, with a
maximum amount not to exceed $1,000,000.00 per delivery order. 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 contract resulting from
this solicitation may be administered along with other existing
Indefinite Delivery Contracts of the same scope and purpose. If so, 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, uniquely
specialized experience, equitable distribution of work among the
contractors, and performance and quality of deliverables under the
current contract. The Government may exercise a contract option before
the expiration of the base contract period or preceding option period
if the contract amount for the base period or preceding option period
has been exhausted or nearly exhausted. The contract is anticipated to
be awarded in October 1998. This announcement is open to all businesses
regardless of size. 2. PROJECT INFORMATION: Work includes A-E services;
preparation of plans, specifications, design analysis, and cost
estimates for solicitation of construction for repair/renovation, new
construction projects, or engineering studies. Work may include, on
limited occasions, construction phase services (supervision and
inspection.) Selected project designs and studies shall be developed
using metric system of measurements or utilizing CADD. Firms must have
primary capability in civil and/or sub-consultants for surveying,
hydrology, architecture, landscaping, structural, mechanical,
electrical, environmental, cost estimating, and specification writing.
3. SELECTION CRITERIA: See Note 24 for general selection process. The
PRIMARY selection criteria in descending order of importance are: (a)
professional qualifications of the firm's staff/consultants to be
assigned to the projects; (b) specialized experience of the firm in the
design of repair, renovation, alteration, or upgrade projects, new
construction projects, and engineering studies; (c) the firm's past
performance on DoD and private sector contracts (cost control, quality
of work, compliance with schedule); (d) capacity of the firm to
accomplish work in the required time (size of firm, workload, etc.);
and (e) knowledge of the locality of the projects The SECONDARY
selection criteria in descending order of importance are: (a) location
of the firm; (b) volume of recent DoD work; and (c) participation of
SB, SDB, historically black colleges and universities, and minority
institutions in the proposed contract team, measured as a percentage of
the estimated effort. 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 the
percentage of the total anticipated contract effort. The selected
firm, if a large business firm, must 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 50% of the contractor's intended subcontract amount
be placed with small business (SB), which includes small disadvantaged
businesses (SDB), 30% be placed with SDB, and 5% to women-owned small
businesses. The subcontracting plan is notrequired with this submittal
but the successful large business firm must submit an acceptable plan
before any award can be made. 4. SUBMISSION REQUIREMENTS: Firms
desiring consideration must submit a Standard Form 255 no later than
4:00 p.m., Hawaiian Standard Time, by May 14, 1998 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. All responding firms
must also include completed Standard Form 254 for themselves and their
sub-consultants, if not already on file with the Pacific Ocean
Division. Submittals will be sent to U.S. ARMY ENGINEER DIVISION,
BUILDING 230, ROOM 108, ATTN: CEPOH-ED-MA, 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. For further information regarding
this proposed acquisition, contact James Tamura at telephone (808)
438-6958. Request for Proposal No. DACA83-98-R-0014 shall be utilized
to solicit a proposal from the firm selected. This is not a request for
a proposal. (0099) Loren Data Corp. http://www.ld.com (SYN# 0024 19980413\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|