COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,2000 PSA#2658 US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 C -- ARCHITECT AND ENGINEERING SERVICES, INDEFINITE DELIVERY
ARCHITECT-ENGINEER SERVICES CONTRACT (CIVIL) FOR DESIGN OF
MISCELLANEOUS PROJECTS IN TEH PACIFIC REGION SOL DACW83-00-R-0012 DUE
090600 POC Mr. James Tamura, (808) 438-8540 WEB: Click here to go to
Honolulu Engineer District Contracting,
http://www.poh.usace.army.mil/pohct/. E-MAIL: Click here to contact the
contract specialist via, duane.v.inoue@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 civil engineering projects within the Pacific
Region. Work sites will primarily be 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. 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 the task order limit. 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 2001. This announcement is open to all businesses
regardless of size. 2. PROJECT INFORMATION: Primary work includes A-E
services for preparation of plans, specifications, design analysis,
cost estimates and studies for non-military government highway/roadway
and harbors civil engineering projects to include renovation,
improvement, repair, maintenance, or new construction projects. Work
may also include A-E services for preparation of plans, specifications,
design analysis, cost estimates, and studies for military or Civil
Works funded repair, renovation, or new construction project. A-E
services for military/Civil Work projects is anticipated to be a minor
portion of work allocated to this contract. Selected project design
and studies may require use of metric system. Compatibility with
specific computer-aided drafting and design (CADD) equipment, and
format of required CADD products, is a requirement. Firms must have
primary capability in civil engineering, and/or consultants in/for
surveying, structural, electrical, mechanical, architectural,
environmental, traffic, cost estimating, and specification writing. 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). Criteria a
through e are primary. Criteria f through i are secondary and will only
be used as "tie-breakers" among technically equal firms. (a)
Specialized experience of the firm in preparing the services and
products listed above. (1) The evaluation will consider the offeror's
specialized experience for civil designs for nonmilitary government
highways/roadways and harbors projects. (2) The evaluation will
consider technical competence of the offeror in terms of design quality
management, CADD and other automated 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. (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 longevity with the firm or
firms of the key personnel to be used on this project. (c) The firm's
past performance on similar projects. (1) The evaluation will consider
all past experience of the prime A-E contractor as documented on the
Corps of Engineers Architect-Engineer Contract Administration System
(ACASS). (2) The evaluation will consider all past experience from
sources other than ACASS 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 office, recentness of 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 evaluation
will consider the available capacity as well as total strength of the
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 will consider the offeror's
familiarity with the site conditions, including geological and climatic
conditions, in the Pacific Region. (2) The evaluation will consider the
offeror's knowledge of local construction practices and availability
and cost of materials. (f) Specialized experience of the firm in
preparing the services and products listed above. The evaluation will
consider the offeror's specialized experience for civil designs for
military/Civil Work projects. (g) Small disadvantaged business (SDB)
participation. The evaluation will consider participation of small
disadvantaged business in the proposed contract team, measured as a
percentage of the estimated effort. (h) Volume of DoD contract awards.
The evaluation will consider equitable distribution of work. (i)
Geographic proximity. The evaluation will consider the physical
location of the firm and their team. With regards to SDB participation,
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 SDB
participation in terms of the percentage of the total anticipated
contract effort, including the prime contractor, joint venture
partners, team members, and subcontractors. The offeror must provide
targets as expressed as dollars and percentages of total contract
value, in each of the authorized SIC Major Groups(see FAR 19.201(b) and
web page at (http://www/arnet.gov/References/sdbadjustments.htm). The
targets will be incorporated into and become part of the resulting
contract. 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 62% of the subcontract amount be placed with SB, which
includes SDBs and women-owned small businesses (WOSB); (2) at least 15%
of the subcontract amount be placed with SDBs; and (3) at least 5% 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. 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. 4. SUBMISSION
REQUIREMENTS: Firms desiring consideration must submit a Standard Form
255 no later than 4:00 p.m., Hawaiian Standard Time, by 6 Sep 2000 or
within thirty (30) calendar days from the 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 subconsultants, if not already on file with the
Honolulu Engineer District. Submittals will be sent to U.S. ARMY
ENGINEER DISTRICT, HONOLULU, ATTN: CEPOH-EC-M, BUILDING 230, ROOM 108,
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. For further information regarding this proposed
acquisition, contact Mr. James Tamura at telephone (808) 438-8540.
Request for Proposal No. DACW83-00-R-0012 shall be utilized to solicit
a proposal from the firm selected. This is not a request for a
proposal. Posted 08/03/00 (W-SN482039). (0216) Loren Data Corp. http://www.ld.com (SYN# 0029 20000807\C-0009.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 3, 2000 by Loren Data Corp. --
info@ld.com
|
|
|