SOLICITATION NOTICE
C -- Architect-Engineer Services for FY05 MCA Drum Road Upgrade, Helemano to Kahuku, Island of Oahu, Hawaii
- Notice Date
- 5/5/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-04-R-0013
- Response Due
- 6/4/2004
- Archive Date
- 8/3/2004
- Point of Contact
- Julius Kaneshiro, (808) 438-8567
- E-Mail Address
-
Email your questions to US Army Corps Of Engineers, Honolulu
(julius.y.kaneshiro@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- C--Architect-Engineer Services, FY05 MCA Drum Road Upgrade, Helemano to Kahuku, Island of Oahu, Hawaii. 1. CONTRACT INFORMATION: Architect-Engineer services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for the design of FY05 MCA Drum Road Upgrade, Helemano to Kahuku, Island of Oahu, Hawaii. This announcement is open t o all businesses regardless of size. A firm-fixed price contract will be negotiated. Award of the contract is anticipated to be in October 2004. The selected firm, if large business, must comply with FAR 52-219-9 regarding the requirement for a subcontract ing plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 58% of the contractor's intended subcontract amount be placed with small business (SB), which includes small disadvantaged busines ses (SDB), WOSB, HUBZone SB, Veteran-Owned SB, and Service Disabled Veteran-Owned SB. 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. 2. PROJECT INFORMATION: The project is to design improvements for an existing dirt, coral, and gravel road by realigning, widening, and repaving approximately 37.8 kilometers of roadway from the end of the paved road at Helemano Military Reservation to the end of the existing paved road at Kahuku Training Area (KTA) for the purpose of providing the Army with uninterrupted vehicular access to the Kawailoa Training Area and KTA. The existing Drum Road is approximately 3 to 6 meters in width with no shoulders and runs through a series of mountains, gulches, and unimproved streambeds. The roadway lacks proper drainage and safety measures. Existing bridges, culverts, drainage pipes, and ford crossings allow surface runoff to cross the roadway. The roadway contain s blind curves and/or limited sight distances, steep slopes, tight turning radii, lack of safety rails at drop offs, and narrow widths at various locations. Project is to upgrade the existing road to an all weathered asphalt concrete pavement with two lane s, compacted gravel shoulders, drainage corrections, erosion controls, and safety measures. Project estimated construction cost is between $25,000,000 and $100,000,000. Environmental assessment and natural resources surveys are being conducted under separa te contracts. 3. SELECTION CRITERIA: See Note 24 for general selection process. The PRIMARY selection criteria listed in descending order of importance are (first by major criterion and then by each sub-criterion): (a) Specialized Experience of the firm in the design of roadway projects with similar scope and magnitude. (1) The evaluation will consider the offeror's specialized experience in roadway design, including drainage, grading, hydrology, hydraulics, rock fall hazards, surveying, bridges, and geotechnical enginee ring. (2) The evaluation will consider technical competence of the offeror in terms of technical quality management, CAD, and other automated systems and equipment resources. (3) The evaluation will consider the effectiveness of the proposed project team w ith respect to management structure, coordination and prior working relationship with team members. (4) The evaluation will consider the firm's sustainable design experience especially in resource and materials utilization, maintainability, sediment and er osion controls, and reduction of toxic and harmful substances in construction. (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 re levant longevity with the firm or firms of the key personnel to be used on this project. (c) Past Performance of the firm on similar projects. (1) The evaluation will consider past performance ratings of the prime A-E contractor as documented on the Corps of Engineers Architect-Engineer Cont ract Administration Support System (ACASS). (2) The evaluation will consider 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 the type of work, contract value, performing office, and 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 offeror'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 the offeror's cu rrent workload and workload trends. (e) Knowledge of the locality of the project. (1) The evaluation will consider the offeror's familiarity with the site conditions, including geological and climatic conditions on Oahu. 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), historical ly 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 57.2% of the subcontract amount be placed with small businesses (SB), which includes SDBs and women-owned small businesses (WOSB); (2) at least 10% of the subcontract amount be placed with SDBs; (3) at least 10% of the subcontract amount be placed with WOSBs; (4) at least 3.0% for hubzone small businesses, and (5) at least 3.0% for service disabled veteran-owned small business. The subcontracting plan is not required with this submittal, bu t the successful large business firm must submit an acceptable plan before any award can be made. For information on locating firms in each category, contact Ms. Monica Kaji, Deputy for Small Business, at (808) 438-8586 or e-mail her at monica.kaji@poh01.u sace.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 June 4, 2004, or within thirty (30) calendar days from date of this announcement, whichever is later. Should the du e 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 Engine er District. Submittals will be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 206, ATTN: CEPOH-EC-M, FORT SHAFTER, HAWAII 96858-5440. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of join t 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 Proposals No. W9128A-0 4-R-0013 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
- Zip Code: 96858-5440
- Record
- SN00580526-W 20040507/040505212229 (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 |