Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2007 FBO #1872
SOURCES SOUGHT

C -- Indefinite Delivery Architect-Engineer Services Contract (Engineering and Environmental Plannning Services) for Miscellaneous Projects in the Pacific Region

Notice Date
1/9/2007
 
Notice Type
Sources Sought
 
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-07-R-0004
 
Response Due
2/9/2007
 
Archive Date
4/10/2007
 
Small Business Set-Aside
N/A
 
Description
C--Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Engineering and Environmental Planning Services) for Miscellaneous Projects in the Pacific Region. 1. CONTRACT INFORMATION: Architect-Engineer services procu red in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for various military and civil works projects primarily located within the State of Hawaii, but may include projects outside the state within the Pacific Ocean Division (POD) a rea and ad hoc projects located in other parts of Asia. No award of task orders for work outside of the Honolulu Engineer District will be undertaken without authorization from the affected District within POD or another Division. Indefinite delivery con tracts 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 under each contract will not exceed approximately $3,000,000.00. The Government obligates itself to obt ain 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 for each contract. The intent is to award no more than 3 contracts for the same type of work. The first contract i s anticipated to be awarded in June 2007; subsequent contract(s) are planned to be awarded within one year of the closing date of this announcement. The contracts resulting from this solicitation will run concurrently and along other existing Indefinite D elivery Contracts of the same scope and purpose. 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 sp ecialized experience, equitable distribution of work among the contractors, and performance and quality of deliverables. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: Work includes A-E services for preparation of planning studies, master plans, 1391s, economic analysis, and environmental A-E services. Planning services may include remedial investigations, preliminary assessments, infrastructure studies, hydraulic and geotechnical investigations, site planning, cost estimating, value assessments, and conceptual designs. Environmental services may include environmental assessments, EIS, corrective action plans for air quality and water resources; spill prevention, control, and countermeasures plans; designs in ac cordance with the resource conservation and recovery act; storm water pollution prevention plans; and comprehensive environmental response, compensation, and liability act studies and designs. Requirements include compatibility with specific computer-aide d drafting (CAD) equipment and compliance with A/E/C and spatial data standards. 3. SELECTION CRITERIA: The PRIMARY selection criteria listed in descending order of importance are: (first by major criterion and then by each sub-criterion) (a) Specialize d experience and technical qualifications. (1) The evaluation will consider the offerors specialized experience in the engineering services described in paragraph 2. (2) The evaluation will consider competence of the offeror in terms of quality managemen t, CAD capability, familiarity with spatial data standards, automated systems, and equipment resources. (3) The evaluation will consider the effectiveness of the proposed project team with respect to management structure, coordination, and prior working re lationship with team members. (4) The evaluation will consider the firm's experience with sustainable development concepts. (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 lo ngevity with the firm of key personnel. (c) Past Performance of the firm for similar work. (1) The evaluation will consider all past experience of the prime A-E contractor as documented in the Architect-Engineer Contract Administration System (ACASS) or Pa st Performance Information Retrieval System (PPIRS) databases. (2) The evaluation will consider past experience from sources other than ACASS. In evaluation of both these sub-criteria, the relevancy of each performance evaluation to the proposed contract including the type of work, contract value, and performing office 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 available capacity as well as total s trength of the disciplines in the offices to perform the work. (2) The evaluation will consider the offeror's current workload and workload trends; and (e) Knowledge of the locality of the projects. (1) The evaluation will consider the offerors familiarit y with the site conditions, including geological and climatic conditions in Hawaii and the Pacific Region. 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), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percen tage of the estimated effort. 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 51.2% of the subcontract amount be placed with small businesses (SB), which includes SDBs and women-owned small businesses (WOSB); (2) at least 8.8% of the subcontract amount be placed with SDBs; (3) at least 7.3% of the subcontract amount be placed with WOSBs; (4 ) at least 3.1% for hubzone small businesses, and (5) at least 1.5% for service disabled veteran-owned small business. The subcontracting plan is not required with this submittal, but the successful large business firm must submit an acceptable plan befor e 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.a.kaji@poh01.usace.army.mil. 4. SUBMISSION REQUIREMENTS: Firms desiring considera tion must submit a Standard Form 330 no later than 4:00 p.m., Hawaiian Standard Time, by February 9, 2007 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 submitt al package will be due the first workday thereafter. NO MORE THAN FIVE (5) EXAMPLE PROJECTS SHALL BE LISTED IN SECTION F of the SF 330. Submittals will be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, ATTN: CEPOH-EC-M, FORT SHAF TER, 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 require d 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 Pro posal No. W9128A-07-R-0004 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal. 5. Point of Contact in Engin eering and Construction Division is Mr. Duane Arakawa.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN01208014-W 20070111/070109220831 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.