Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2005 FBO #1194
SOLICITATION NOTICE

C -- Indefinite Delivery Architect Engineer Services Contract (Planning Studies/Master Plans and Environmental A-E Services) for Miscellaneous Projects in the Pacific Region

Notice Date
3/2/2005
 
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-05-R-0001
 
Response Due
4/4/2005
 
Archive Date
6/3/2005
 
Small Business Set-Aside
N/A
 
Description
C--Architect-Engineer Services. Indefinite Delivery Architect-Engineer Services Contract (PLANNING STUDIES/MASTER PLANS & ENVIRONMENTAL A-E SERVICES) for Miscellaneous Projects in the Pacific Region. 1. CONTRACT INFORMATION: Architect-Engineer (planning studies/master plans & environmental A-E services) 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 th e 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 with in POD. An indefinite delivery contract will be negotiated and awarded with a base period not to exceed one (1) year and two (2) option periods not to exceed one (1) year each. The amount of work under this contract (base period plus option periods) will not exceed $3,000,000.00. As an option, the Government reserves the right to extend the contract for two (2) additional periods. The base period and each option period that is exercised will consist of one (1) full year per period. The Government obliga tes itself to obtain 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. The contract resulting from this solicitation may be administered along with other existing Indef inite 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 tim e, uniquely specialized experience, equitable distribution of work among the contractors, and performance and quality of deliverables under the current contract. The contract is anticipated to be awarded in July 2005. This announcement is open to all bus inesses regardless of size. 2. PROJECT INFORMATION: Work includes A-E services for preparation of planning studies, master plans, analysis of alternatives studies, 1391s, economic analysis, and environmental A-E services. Environmental services include environmental assessments, e nvironmental impact statements, corrective action plans for air quality and water resources; spill prevention, control, and countermeasures plans; designs in accordance with the resource conservation and recovery act; storm water pollution prevention plans ; and comprehensive environmental response, compensation, and liability act studies and design. Work also includes economic and report/appendix writing for flood control studies and navigation studies. Specific computer-aided drafting (CAD) equipment and format of required CAD products is a requirement. 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 of the firm in preparing the services and products listed above. (1) The evaluation will consider the offerors specialized experience for the services described above. (2) The evaluation will consider technical competence of the offeror in terms of technical quality management, CAD, and other automated systems and equipmen t resources. (3) The evaluation will consider the effectiveness of the proposed project team with respect to management structure, coordination and prior working relationship within team members. (b) Professional qualifications of the firms staff/consulta nts 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) Past Performance of the firm on similar projec ts. (1) The evaluation will consider all past experience of the prime A-E contractor as documented on the U.S. Army Corps of Engineers Architect-Engineer Contract Administration Support 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-criteri a, the relevancy of each performance evaluation to the proposed contract including the type of work, contract value, performing office, and recentness of general trends will be considered. (d) Capacity of the firm to accomplish work in the required time an d in the prescribed manner. (1) The evaluation will consider the available capacity as well as total strength 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 familiarity with the site conditions, including geological and climatic conditions in the Pacific Region. SECONDARY selection criteria, to be used as tie-breaker s among technically equal firms, are listed in descending order of importance as follows: (a) Location of the firm; (b) Volume of recent Department of Defense (DoD) work; and (c) Participation of small business, small disadvantaged business (SDB), histori cally black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. The selected firm will be required to obtain Defense Base Act Insurance (workers compensation insurance) for work performed outside the waters of the United States. 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% of the subcontract amount be placed with Small Businesses (SB), which include SDBs and women-owned small businesses (WOSB); (2) at least 9% of the subcontract amount be placed with SDBs; (3) at least 8% of the subcontract amount be p laced with WOSBs; (4) at least 3% for Historically Underutilized Business (HUB)zone small businesses, and (5) at least 3% for service disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal but the successful l arge 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@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 April 4, 2005 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 U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, ATTN: CEPOH-EC-M, FORT SHAFTER, HAWAII 96858-5440. Small a nd 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://www.ccr.gov. Request for Proposal No. W9128A-05-R-0001 shall be u tilized to solicit a proposal from the firm selected. This is not a request for a proposal. 5. Government Point of Contact for this notice is Mr. Duane Arak awa at (808)438-8538.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu District Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00761211-W 20050304/050302212334 (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.