|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 11,1997 PSA#1990US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT
(MECHANICAL) FOR DESIGN OF MISCELLANEOUS PROJECTS IN THE PACIFIC REGION
SOL DACA83-98-R-0007 DUE 011298 POC Harold Nakaoka, (808) 438-0021 WEB:
Honolulu Engineer District Contracting Home Page,
www.pod.usace.army.mil/ebs.html. E-MAIL: click here to contact the
contracting officer via e-mail, kent.tamai@pod01.usace.army.mil. 1.
CONTRACT INFORMATION: Architect-Engineer (Mechanical) services procured
in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are
required for various military projects within the Pacific Region (to
include Japan and Korea). 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 $500,000. Work will
be issued by negotiated firm fixed-price task orders, with maximum
amount not to exceed $250,000. The Government obligates itself to
obtain no less than $10,000 in services during the term of the base
period and $5,000 in services during the term of each option period.
The following factors will be utilized 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 1998. This announcement is open to
all businesses regardless of size. 2. PROJECT INFORMATION: Work
includes A-E services; preparation of plans, specifications, design
analysis, and cost estimates for solicitation of construction for
repair/renovation, new construction projects, or engineering studies.
Selected project designs and studies shall be developed using metric
system of measurements or utilizing CADD. Firms must have primary
capability in mechanical engineering and/or subconsultants for
architectural, electrical, civil, environmental, cost estimating, and
specification writing. 3. SELECTION CRITERIA: The PRIMARY selection
criteria in descending order of importance are: (a) professional
qualifications of the firm's staff/consultants to be assigned to the
projects; (b) specialized experience of the firm in the design of
repair, renovation, alteration, or upgrade projects, new construction
projects, and engineering studies. Also, include experience in energy
conservation, pollution prevention, waste reduction, and the use of
recovered materials; (c) the firm's past performance on DoD and private
sector contracts (cost control, quality of work, compliance with
schedule); (d) capacity of the firm to accomplish work in the required
time (size of firm, workload, etc.); and (e) knowledge of the locality
of the projects. The SECONDARY selection criteria in descending order
of importance are: (a) location of the firm; (b) volume of recent DoD
work; and (c) participation of SB, SDB, historically black colleges and
universities, and minority institutions in the proposed contract team,
measured as a percentage of the estimated effort. Offerormust 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. The selected firm, if a large business
firm, must comply with FAR 52-219-9 regarding the requirement for a
subcontracting plan on that part of the work it intends to subcontract.
The subcontracting goals for this contract are that a minimum of 50% of
the contractor's intended subcontract amount be placed with small
business (SB), which includes small disadvantaged businesses (SDB), and
30% be placed with SDB. 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. 4. SUBMISSION
REQUIREMENTS: Firms desiring consideration must submit a Standard Form
255 no later than 4:00 p.m., Hawaiian Standard Time, by the due date
shown above 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. All responding firms must also include completed Standard
Form 254 for themselves and their subconsultants, if not already on
file with the Pacific Ocean Division. Submittals will be sent to the
following address: U.S. Army Engineer Division, Building 230, Room 202,
ATTN: CEPOD-ET-MA, 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 contractors 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. For further information regarding this proposed
acquisition, contact Mr. Harold Nakaoka at telephone number (808)
438-0021. Request for Proposal No. DACA83-98-R-0007 shall be utilized
to solicit a proposal from the firm selected. This is not a request for
a proposal. (0342) Loren Data Corp. http://www.ld.com (SYN# 0017 19971211\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|