|
COMMERCE BUSINESS DAILY ISSUE OF MAY 4,1998 PSA#2087US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 C -- INDEFINITE DELIVERY A-E SERVICES FOR PLANNING STUDIES AND MASTER
PLANS SOL DACA83-98-R-0015 DUE 060198 POC James Tamura, Technical POC,
(808) 438-6958 WEB: Honolulu Engineer District Contracting Home Page,
www.pod.usace.army.mil/ebs.html. E-MAIL: "click here to contact the
technical POC via e-mail", james.tamura@poh01.usace.army.mil. 1.
CONTRACT INFORMATION: Architect-Engineer (Planning Studies/Master
Plans) 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. 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 delivery 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
$500,000.00 per delivery order. The Government obligates 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 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 October 1998.
This announcement is open to all businesses regardless of size. 2.
PROJECT INFORMATION: Firms must have primary capability in preparation
of planning studies/master plans and/or sub-consultants for the
following disciplines: architectural, civil, mechanical, electrical,
environmental, landscape architecture, and cost estimating associated
with the preparation of planning studies/master plans Compatibility
with specific computer-aided drafting (CAD) equipment, and format of
required CAD products, is a requirement. 3. SELECTION CRITERIA: See
Note 24 for general selection process. 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 preparation of planning
studies/master plans; (c) experience in Indefinite Delivery A-E
contracts; (d) the firm's past performance on DoD and private sector
contracts (cost control, quality of work, compliance with schedule);
(e) capacity of the firm to accomplish work in the required time (size
of firm, workload, etc.); and (f) 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. 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. 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. 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 aminimum of 50% of the contractor's intended
subcontract amount be placed with small businesses (SB), which includes
small disadvantaged businesses (SDB), and 30% be placed with SDB, and
5% to women-owned small businesses. 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
June 1, 1998 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 U.S.
ARMY ENGINEER DIVISION, BUILDING 230, ROOM 108, ATTN: CEPOH-ED-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 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. For further information regarding this proposed acquisition,
contact James Tamura at telephone (808) 438-6958. Request for Proposal
No. DACA83-98-R-0015 shall be utilized to solicit a proposal from the
firm selected. This is not a request for a proposal. (0120) Loren Data Corp. http://www.ld.com (SYN# 0022 19980504\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|