SOLICITATION NOTICE
C -- Architect Engineer Services for FY07 MCA Command and Control Center, Fort Shafter, Oahu, Hawaii
- Notice Date
- 10/4/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-04-R-0024
- Response Due
- 11/4/2004
- Archive Date
- 1/3/2005
- Small Business Set-Aside
- N/A
- Description
- C--Architect-Engineer Services. FY07 MCA Command and Control Center, Fort Shafter, 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 FY07 MCA Command and Control Center, Fort Shafter, Hawaii. This announcement is open to all busi nesses regardless of size. A firm, fixed-price contract will be negotiated. Award of the contract is anticipated to be in March 2005. The selected firm, if large business, 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 58% of the contractors intended subcontract amount be placed with small business (SB), which includes small disadvantaged businesses (SD B), 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 a command and control facility for the U.S. Army Pacific. The facility will include office spaces, conference rooms, VTC room, collaboration room, communication center, utility rooms, lobby, and restrooms . Salient features include anti-terrorism/force protection measures; sensitive compartmented information facility (SCIF); security system; intrusion detection system; and mass notification system. Site improvements include water, sanitary sewer, storm dr ainage, curbs and gutters, walkways, road improvements, electric service, information system, parking, and exterior lighting. The estimated construction cost is between $25,000,000 and $100,000,000. 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). Primary Criteria are listed under a through e. Crite ria f through h is secondary and will only be used as tie-breakers among technically equal firms. (a) Specialized experience and technical competence in the design of similar facilities. (1) The evaluation will consider the offerors specialized experi ence in the organization, operation, and design of military command and control facilities, its related systems, sub-systems and appurtenances. (2) The evaluation will consider technical competence of the offeror in terms of design quality management, CAD 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. (4 ) The evaluation will consider the firm's sustainable design experience using an integrated design approach and emphasizing environmental stewardship. (b) Professional qualifications of the firms staff/consultants to be assigned to the projects. (1) The evaluation will consider the education, training, registration and overall relevant experience of the teams key management and technical personnel. (2) The evaluation will consider the longevity with the firm or firms of the key personnel to be used on this project. (c) The firms past performance on previous 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 Support System (ACASS). (2) The evaluation will consider all past experience from sources other than ACASS only if submitted in response to this announcement. In evaluation of both these sub-criteria, the relevancy of each performance evaluation to the proposed contra ct including type of work, contract value, performing office, recentness and 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 firms experience with similarly-sized projects. (2) The evaluation will consider the available capacity, as well as tota l strength, of key disciplines in the offices to perform the work. (3) The evaluation will consider a firms current workload and workload trends. (e) Knowledge of the locality. (1) The evaluation will consider the offerors familiarity with the site c onditions, including geological and climatic conditions of Honolulu. (2) The evaluation will consider the offerors knowledge of local construction practices and availability and cost of materials for the proposed project construction. (f) Small disadv antaged business (SDB) participation. The evaluation will consider participation of small disadvantaged business [if the Standard Industrial Classification (SIC) Major Group of the subcontracted effort is one in which use of an evaluation factor for parti cipation of SDB concerns is currently authorized (see FAR 19.201(b) and web page at http://www.arnet.gov/References/sdbadjustments.htm)], in the proposed contract team, measured as a percentage of the estimated effort. (g) Volume of DoD contract awards. The evaluation will consider equitable distribution of work. (h) Geographic proximity. The evaluation will consider the physical location of the firm and their team in relation to Oahu. The Offeror must provide adequate qualification documentation to illustrate the extent of participation of the above-mentioned groups. Prior to award, the selected firm must provide targets, as expressed as dollars and percentages of total contract value, in each of the authorized SIC Major Groups and total target for SDB participation by the contractor, including joint venture partners, and team members, and total target for SDB participation by subcontractors. The targets will be incorporated into, and become part of, the resulting contract. Contractors with SDB participation targets shall be required to report SDB participation. Refer to FAR Subpart 19.12 for additional information. The selected firm, if large business, 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 58% of the subcontracted amount be placed with small businesses (SB), which includes SDBs, women-owned small busi nesses (WOSB), HUBZone small businesses, Veteran-Owned small businesses, and Service Disabled Veteran Owned small businesses; (2) at least 10% of the subcontracted amount be placed with SDBs; (3) at least 10% of the subcontracted amount be placed with WOSB s; (4) at least 3% of the subcontracted amount be placed with HUBZone SBs; (5) at least 3% of the subcontracted amount be placed with Veteran Owned SB; and (6) at least 3% of the subcontracted amount be placed with Service Disabled Veteran Owned SB. The s ubcontracting 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, WOSB, HUBZone SB, Veteran Owned SB, and Service Disabled Veter an Owned SB 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 330 no later than 4:00 p.m., Hawaiian Standard Time, by November 4, 2004 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. Submittals will be sent to the U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, 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 provision 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.ccr.gov. Request for Proposal No. W9128A-04-R-0024 shall be utilized to solicit a proposal from the firm selected. This is not a reques t 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
- SN00688625-W 20041006/041004212003 (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 |