Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2003 FBO #0533
SOLICITATION NOTICE

C -- A-E Services for the Hawaii National Guard

Notice Date
5/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Hawaii, 4208 Diamond Head Road, Honolulu, HI 96816-4495
 
ZIP Code
96816-4495
 
Solicitation Number
DAHA50-AE-IDIQ
 
Response Due
6/16/2003
 
Archive Date
8/15/2003
 
Point of Contact
Carrie Inada, (808) 733-4316
 
E-Mail Address
Email your questions to USPFO for Hawaii
(carrie.inada@hi.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Architectural-Engineering (A-E) Services for the Hawaii National Guard. An opportunity for design excellence in performance of architectural and engineering services supporting federally-funded projects at State and Federal National Guard installations lo cated on all islands in the State of Hawaii. This procurement is being solicited on an unrestricted basis to A-E firms licensed and registered within the State of Hawaii. DUTIES. Duties include providing a broad variety of investigative, design and const ruction monitoring services (Type A, B, C services respectively) and miscellaneous other services which include, but are not limited to: Investigative, design and/or monitoring services for design-bid-build and design-build projects pertaining to repair, m aintenance, alteration or new construction of facilities and aviation-related structures; scope development, design criteria and conceptual designs; feasibility and planning studies; field investigations; plans and specifications; historical preservation a nd archeological studies and reports; topographic, subsurface investigation and other surveys; anti-terrorism/force protection; space planning and interior design; construction cost estimating; quality control; asbestos and lead-based paint assessment and abatement; building evaluation reports; construction management; life safety studies; fire protection measures; life cycle costs analyses; landscaping design; miscellaneous design and problem analyses; independent technical review of product submittals; an d on occasion, participation in peer review processes and source selection boards. All designed projects shall consider use of recycled/recovered materials, wherever feasible. DISCIPLINES. The work will require primarily architectural; mechanical, electr ical, civil and structural engineering; cost estimating; and specs writing services but may also necessitate geotechnical, toning/subsurface mapping, environmental, industrial hygienist, fire protection, historic preservation and archeological monitoring, surveying, space planner/interior designer, landscape architect or designer, construction manager/inspector, and other disciplines with specialized experience. PROPOSED CONTRACT. A single firm-fixed price multi-task multi-discipline indefinite delivery in definite quantity (IDIQ) Architect-Engineer (A-E) services contract consisting of a base and four option periods (each normally 12 months), i.e., maximum 5 periods, will be negotiated and awarded. Each delivery order issued will not normally exceed $550,0 00 and the total cumulative dollar value of delivery orders issued within each contract period shall not exceed $2M. However, on a case-by-case basis, projects above $550,000 may be offered under the contract. The minimum guaranteed amount of each contrac t period is $5,000. The successful firm shall not be eligible to compete for any design contracts for which they have developed the project book and/or statement of work and government estimate. EVALUATION CRITERIA. Limit responses to each criteria to tw enty double-sided sheets using font size 12 pitch or larger. Listed in order of importance: (1) SPECIALIZED EXPERIENCE and technical competence in the type of work described in DUTIES, including experience in energy-efficient products and services, produc ts and services that utilize renewable energy technologies, waste reduction, environmentally preferable products and services and use of recovered/ recycled materials. The preferred lead discipline is architecture. Interested lead firms that have been awar ded at least one A-E contract as prime consultant are preferred. Address your management approach, organizational flow chart showing the inter-relationship of management and various team components, management and coordination of disciplines and subcontra ctors, and quality control procedures. Address capability to furnish drawings in CADD volo view or max view/.CAL format; text documents in Microsoft Office 200 0 format; and specifications as an Adobe Acrobat PDF file. (2) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services. Address professional qualifications by education, training, registration, certifications, overall and re levant documented specialized experience of key individuals in the disciplines of Architecture; Mechanical; Civil; Electrical; Structural; and Interior Design. Qualification statements should clearly identify the qualifications of those individuals antici pated to work on the contract. Evaluation will consider education, training, overall and relevant experience of each person and his or her longevity with the firm. (3) CAPACITY TO ACCOMPLISH the work in the required time. Address your ability to sustain the loss of key personnel yet accomplish the work within required times. Experience of the firm and its consultants along with the availability of adequate number of personnel in key disciplines will be considered to insure that the firm can meet the pote ntial of working on multiple task orders concurrently. (4) PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. List but do not submit actual copie s of recent awards, commendations or other superior performance indicators. Address past performance of designs with respect to cost control, limited change orders, and accuracy of estimates compared to actual award prices. (5) LOCATION in the general geo graphical area of the projects and knowledge of the locality of the project areas (State of Hawaii). All contract work is to be performed within the State of Hawaii. Having the primary Hawaii office based on the island of Oahu is preferable as the majori ty of HIANG projects will be at Hickam Air Force Base, Oahu and the majority of HIARNG projects at Kalaeloa (formerly NAS Barbers Point), Kapolei, Oahu. Address specific knowledge of Hawaiian topography and soil conditions, coastal and weather conditions and knowledge of State of Hawaii local building codes and practices. (6) VOLUME of work awarded by DOD within the previous 12 months. Objective is effecting an equitable distribution of contracts among qualified A-E firms. SUBMISSION REQUIREMENTS. Interes ted firms are invited to submit two (2) each copies of SF 254 (Architect-Engineer and Related Services Questionnaire) and SF 255 (Architect-Engineer and Related Services Questionnaire for Specific Project) for the prime and each consultant firm, subject to the submittal requirements listed above, to the contracting office listed below. Additionally, firms may submit the data on CD but the CD shall not substitute for the hard copy submission. SF 254/SF 255s: http://www.gsa.gov/Portal/formslibrary.jsp. Firm s shall list their size on the SF 254 and SF 255. Small business size standard is $4M for NAICS 541310/541330 (SIC 8711/8712). Addenda documentation, limited to twenty double-sided sheets, shall be specific yet concise, typed or clearly printed in font size 12 pitch or larger on white letter-sized paper and be stapled, fastened or bound. Do not furnish design portfolios, prints, magazines, newspaper clippings and/or CDs of completed projects at this time. Such material will not be considered at this ti me. All material received become the property of the USPFO for Hawaii and will not be returned. WHEN AND HOW TO SUBMIT. Documents are due by June 16, 2003 no later than 3:00 p.m. Hawaii Standard Time. Documents may be hand-carried to the Purchasing and C ontracting Division located at Bldg 303 within Diamond Head crater between the hours of 6.00 a.m. and 3:00 p.m. or mailed to USPFO for Hawaii, ATTN: Purchasing and Contracting Division, 4208 Diamond Head Road, Bldg 303, Honolulu, HI 96816-4495. SHORT LIST . Based on evaluation criteria, a pre-selection board will identify those highly qualified firms (max 6/min 3) with reasonable chances for award (i.e., short li st). Short-listed firms may be asked to furnish design portfolios, prints, magazines, newspaper clippings and/or CDs of completed projects. All short-listed firms will be further evaluated by the final selection board which will conduct oral interviews, compile final rankings, and identify the most highly qualified firm. A request for proposal will be issued to and negotiated with the most highly qualified firm. Award will be made upon negotiation of fair and reasonable pricing. SUBCONTRACTING PLAN. If the selected firm is a large business concern, a subcontracting plan will be required with the final fee proposal. Small business percentage targets are: SB, 63.8; HubZone, 3.0; SDB, 1.5; WOSB, 10.1; and SDVO, 3.0. ELIGIBILITY. To be eligible for award, a firm must be registered in the Central Contractor Registration (CCR) database. For instructions on registering with CCR, refer to http://www.ccr.gov. This is not a request for proposal.
 
Place of Performance
Address: USPFO for Hawaii 4208 Diamond Head Road, Honolulu HI
Zip Code: 96816-4495
Country: US
 
Record
SN00324044-W 20030516/030514213556 (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 |
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.