COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 4, 2000 PSA #2699
SOLICITATIONS
C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT (CONSTRUCTION PHASE) FOR THE DESIGN OF MISCELLANEOUS PROJECTS IN THE PACIFIC REGION BUT MAY INCLUDE JAPAN AND KOREA
- Notice Date
- October 2, 2000
- Contracting Office
- US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- DACA83-00-R-0061
- Response Due
- November 17, 2000
- Point of Contact
- Mr. James Tamura, (808) 438-8540
- E-Mail Address
- click here to contact the contract specialist (linda.oshiro@pod01.usace.army.mil)
- Description
- 1. CONTRACT INFORMATION: Architect-Engineer services (Construction Phase) procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works 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 of $1,000,000.00. 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 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: Work includes A-E Construction Phase services primarily for local Government highway projects. Projects include roadway resurfacing, pavement construction, improvements or construction of structures and associated improvements to road side drainage, safety, electrical, and/or sidewalk systems. Services may include review of contractor performance and submittals, monitoring contractor performance, construction inspection, evaluation and review of contractor proposals and reports, attendance at related meetings, preparation of as-built drawings, etc. 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 on selected projects. 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 preparing the services and products listed above; (c) the firm's past performance on DoD, local Government, 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) and capability to respond in a timely manner to Government requirements under an indefinite delivery A-E contract; 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 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 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 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 negotiating a subcontracting plan. The subcontracting goals for this District are: (1) at least 62% of the subcontract amount be placed with small businesses (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. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by November 17, 2000 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 subconsultants, if not already on file with the Pacific Ocean Division. Submittals will be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 108, 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 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://ccr2000.com. For further information regarding this proposed acquisition, contact Mr. James Tamura at telephone (808) 438-8540. Request for Proposal No. DACA83-00-R-0061 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
- Web Link
- HED Contracting Home Page (www.poh.usace.army.mil/pohct)
- Record
- Loren Data Corp. 20001004/CSOL004.HTM (W-274 SN502710)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on October 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|