Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2013 FBO #4261
MODIFICATION

C -- Architect-Engineer Services, Indefinite Delivery Architect-Engineer Services Contract (Architectural) for the Design of Miscellaneous Projects in the Pacific Region

Notice Date
7/23/2013
 
Notice Type
Modification/Amendment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-13-R-0011
 
Archive Date
4/30/2014
 
Point of Contact
Tristin N. Matsuki, Phone: 808-835-4382, Kent Tamai, Phone: 808-835-4377
 
E-Mail Address
Tristin.N.Matsuki@usace.army.mil, kent.a.tamai@usace.army.mil
(Tristin.N.Matsuki@usace.army.mil, kent.a.tamai@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1. CONTRACT INFORMATION: 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 State of Hawaii, but may include other Pacific Region locations in the Pacific Ocean Division (POD) area and occasionally locations covered by other Army Corps of Engineers Districts as requested. 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 period not to exceed 5 years. The amount of work under each contract will not exceed $9,900,000.00. The Government obligates itself to obtain no less than $9,900,000.00 in services. The intent is to award no more than 4 contracts for the same type of work. The first contract is anticipated to be awarded in April 2014; the subsequent contracts are planned to be awarded within one year of the closing date of this announcement. 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, equitable distribution of work among the contractors, and performance and quality of deliverables. 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 must have primary capability in architectural design services. The firm and/or its consultants must have capability in disciplines that include structural, electrical, telecommunications, mechanical, civil, fire protection, environmental, cost estimating, and specification writing. Metric system will be a requirement on selected projects. 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 may be required for selected projects. 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 in the timely performance and management of the engineering services described in paragraph 2 (2) Experience in sustainable design and historic preservation. (b) Professional qualifications of the firm's staff/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) (2) The evaluation will consider past performance from sources other than ACASS (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 "tie-breakers" 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 no later than August 6, 2013 2:00PM Hawaii Standard Time. 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 be counted as a single project; rather, individual projects awarded under IDCs will be considered up to a total of 5 projects within Section F. Additional example projects, if 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/portal/public/SAM/. Request for Proposal No. W9128A-13-R-0011 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-13-R-0011/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Honolulu District, Otake Street, Bldg 230, Room 205, Fort Shafter, Hawaii, 96858-5440, United States
Zip Code: 96858-5440
 
Record
SN03123817-W 20130725/130723234655-6004b14f37579f8fced7a39c451e4510 (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.