|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 18,2000 PSA#2540US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT
(ARCHITECTURAL) FOR DESIGN OF MISCELLANEOUS PROJECTS IN THE PACIFIC
REGION SOL DACA83-00-R-0011 DUE 032000 POC Ms. Joy Sakamoto at (808)
438-8593 WEB: Honolulu Engineer District Construction Home Page,
www.poh.usace.army.mil/pohct. E-MAIL: Contract Specialist's e-mail
address, joy.sakamoto@usace.army.mil. Architect-Engineer
(Architectural) 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 Pacific Region. 1) CONTRACT INFORMATION:
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 baseperiod 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 June
2000. This announcement is open to all businesses regardless of size.
2) PROJECT INFORMATION: Work includes A-E services for preparation of
plans, specifications, design analysis, and cost estimates for repair,
renovation, or new construction projects or engineering studies for
installation support. Work will include designs and studies. Selected
project design and studies may require use of metric system.
Compatibility with specific computer-aided drafting (CAD) equipment,
and format of required CAD products, is a requirement. Firms must have
primary capability in architectural and/or consultants for structural,
electrical, mechanical, and civil engineering; surveying;
environmental; telecommunications, cost estimating; and specification
writing. 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).
Criteria a through e are primary. Criteria f through h are secondary
and will only be used as "tie-breakers" among technically equal firms.
(a) Specialized experience of the firm in preparing the services and
products listed above. (1) The evaluation will consider the offeror's
specialized experience in repair, renovation, and new construction for
installation support. (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. (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 relevant longevity with the firm or firms of
the key personnel to be used on this project. (c) The firm's past
performance on 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 System
(ACASS). (2) The evaluation will consider all 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 type of work,
contract value, performing office, 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
firm'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 a firm's current workload and workload trends. (e) Knowledge
of the locality. (1) The evaluation will consider the offeror's
familiarity with the site conditions, including geological and climatic
conditions, in the Pacific Region. (2) The evaluation will consider the
offeror's knowledge of local construction practices and availability
and cost of materials. (f) Small business (SB) and small disadvantaged
business (SDB) participation. The evaluation will consider
participation of small business, 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
participation of SDB concerns is currently authorized (see FAR
19.201(b) and web page at
http://ww.arnet.gov/References/sdbadjustments.htm), historically black
colleges and universities, and minority institutions 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. With regards
to SB and SDB participation, 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. In addition, for the SDB participation,
the offeror 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 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
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@poh01.usace.army.mil. The
selected firm will be required to obtain Defense Base Act Insurance
(workman's compensation insurance) for work performed outside the
waters of the United States. 4) SUBMISSION REQUIREMENTS: Firms desiring
consideration must submit a Standard Form 255 no later than 4:00 p.m.,
Hawaiian Standard Time, by March 20, 2000 or within thirty (30)
calendar days from the 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 Honolulu Engineer
District. Submittals will be sent to U.S. ARMY ENGINEER DISTRICT,
HONOLULU, ATTN: CEPOH-EC-M, BUILDING 230, ROOM 108, 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://ccr.edi.disa.mil.
For further information regarding this proposed acquisition, contact
Mr. Wendell Awada at telephone (808) 438-0481. Request for Proposal No.
DACA83-00-R-0011 shall be utilized to solicit a proposal from the firm
selected. This is not a request for a proposal. Point of contact in
Engineering Services Branch is Mr. Duane Arakawa at 438-8539. Posted
02/16/00 (W-SN426101). (0047) Loren Data Corp. http://www.ld.com (SYN# 0030 20000218\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|