SOLICITATION NOTICE
C -- Indefinite Delivery Architect-Engineer Services Contract (Electrical) for the Design of Miscellaneous Projects in the Pacific Region
- Notice Date
- 2/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-15-R-0005
- Response Due
- 3/11/2015
- Archive Date
- 4/12/2015
- Point of Contact
- Graeme Silva, 808-835-4380
- E-Mail Address
-
USACE District, Honolulu
(graeme.l.silva@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, ATTN: CEPOH-EC-M, FORT SHAFTER, HAWAII 96858-5440 C--Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Electrical) for the Design of Miscellaneous Projects in the Pacific Region 1. CONTRACT INFORMATION: Architect-Engineer (Electrical) services 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 State of Hawaii, but may include other Pacific Region locations in the Pacific Ocean Division (POD) area of responsibility and occasionally locations covered by other Army Corps of Engineers Districts. No award of task orders for work outside of the Honolulu Engineer District will be undertaken without authorization from the affected District within POD. Indefinite delivery contracts will be negotiated and awarded with a base period of one (1) year and four (4) option years, not to exceed 5 years. As an option, the Government reserves the right to extend the contract for additional four (4) option periods. The base period and each option period that is exercised will consist of one full year per period. The total shared monetary capacity of the Indefinite Delivery Contracts will not exceed $9,900,000.00. The Government obligates itself to obtain no less than $1,000.00 in services. The intent is to simultaneously award no more than 3 contracts for the same type of work. The contracts are anticipated to be awarded in August 2015. During the period when the contracts resulting from this solicitation run concurrently, 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, unique specialized experience, and performance and quality of deliverables. North American Industry Classification System Code (NAICS) is 541330 - Engineering Services, which has a size standard of $15 million in average annual receipts. This is a competitive procurement set aside for Small Businesses. 2. PROJECT INFORMATION: Work includes A-E services for the preparation of plans, specifications, design analysis, and cost estimates for repair, alteration, renovation, and/or new construction projects for installation support. Work may also include charrettes, parametric designs, and facility condition studies. The firm should have primary capability in electrical engineering and telecommunications including power distribution systems exterior (overhead and underground) and interior, electrical load analysis, emergency power systems (e.g. diesel generator, UPS) telecommunications outside plant cabling, telecommunications building voice/data (including SIPRNET) cabling, central control and monitoring systems (e.g. SCADA, UMCS), interior/exterior lighting design, electrical short circuit and protective device coordination analysis, arc flash analysis, intrusion detection and card access systems, lightening protection systems, special grounding systems, public address, intercom, and nurse call systems, CATV and CCTV systems, cathodic protection systems, and airfield lighting design. The firm and/or its consultants must have capability in architectural, and the following engineering disciplines - civil, structural, mechanical, fire protection, geotechnical, and environmental. Other disciplines required are surveying, cost estimating, and specification writing and typing. Specific computer-aided drafting (CAD) equipment, format of CAD products, and compliance with A/E/C standards will be required. Use of Building Information Modeling (BIM) may be required for selected projects. Selected projects may require metric units. 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)Specialized experience and technical qualifications (1)The evaluation will consider the offeror's specialized experience and technical capabilities in the timely performance of the prime firm and sub-consultants for engineering services described in paragraph 2. (2)The firm's management plan/structure and design quality control procedures will also be evaluated. (b)Professional qualifications of the prime firm's staff and sub-consultants to be assigned to the projects (1)The evaluation will consider the education, training, registration and overall relevant experience of the team's key management and technical personnel. (c)Past Performance of the firm for similar work (1)The evaluation will consider all past performance of the prime A-E contractor as documented in the Architect-Engineer Contract Administration System (ACASS) or Past Performance Information Retrieval System (PPIRS). Performance evaluations for any significant subconsultants may also be considered. (2)The evaluation will consider past performance from other sources. (d) Capacity of the firm to accomplish work in the required time (e) Knowledge of the locality of the projects (1) The evaluation will consider the offeror's familiarity with the site conditions in Hawaii and the Pacific Region SECONDARY selection criteria, to be used as quote mark tie-breakers quote mark among technically equal firms, are listed in descending order of importance as follows: (a) Small business (SB) and small disadvantaged business SDB) participation. The extent of participation of small business, small disadvantaged business, historically black colleges and universities (HBCU), and minority institutions (MI) in the proposed contract team will be measured as a percentage of the total anticipated contract effort regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. (b) Geographic proximity in relation to the location of the work. (c) Volume of recent DoD contract awards. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 330 (one hard copy and one pdf file with searchable text on CD/DVD) no later than March 11, 2015 2:00PM Hawaii Standard Time or within thirty (30) calendar days from date of this announcement, whichever is later. No more than five (5) example projects shall be listed in Section F of the SF 330. An Indefinite Delivery Contract (IDC) listed in Section F will not qualify as a project; however, individual projects (no more than 5) awarded as IDC task orders will be considered. Additional example projects listed in Section H will not be evaluated. Submittals will be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, ATTN: CEPOH-EC-M, FORT SHAFTER, HAWAII 96858-5440. Firms are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to be registered in the SAM database prior to award may render your firm ineligible for award. Information on System for Award Management can be found at https://www.sam.gov/. Request for Proposal No. W9128A-15-R-0005 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-15-R-0005/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN03639805-W 20150213/150211234620-af6484073798dfeaace1a7ab88b345df (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 |