|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1998 PSA#2099US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT (CIVIL)
FOR MISCELLANEOUS PROJECTS IN THE PACIFIC REGION AND MAY INCLUDE JAPAN
AND KOREA SOL DACA83-98-R-0018 DUE 062298 POC James Tamura, Government
Negotiator, (808) 438-6958 WEB: HED Contracting home page,
www.poh.usace.army.mil/ebs.html. E-MAIL: click here to contact the
contract specialist, linda.oshiro@poh01.usace.army.mil. C --
Architect-Engineer Services. Indefinite Delivery Architect-Engineer
Services Contract (Civil)) for Miscellaneous Projects in the Pacific
Region. 1. CONTRACT INFORMATION: Architect-Engineer (Civil) 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
under the Pacific Ocean Division area of responsibility. Sites of work
will be located primarily in the State of Hawaii, but may include
other locations in the Pacific Region. Project authorizations and
funding are not presently available. The intent is to award not more
than 3 contracts for the same type of work. Award is to occur for a
period of one year from selection approval. Indefinite delivery
contracts will be negotiated and awarded each 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. Work will be issued by negotiated firm fixed-price task
orders, with a maximum amount not to exceed $1, 000,000 per delivery
order. The Government obligates itself to obtain no less than $20,000
in services during the term of the base period and $10,000 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 November 1998. This announcement is open to all
businesses regardless of size. 2. PROJECT INFORMATION: Work includes
A-E services for the local Government highway programs; preparation of
plans, specifications, design analysis, and cost estimates for
solicitation of construction for repair/renovation, new construction
projects, or engineering studies. Work may include, on limited
occasions, construction phase services (supervision and inspection).
Selected project designs and studies shall be developed using metna
system at measurements or utilizing CADD. Firms must have primary
capability in civil and/or subconsultants for surveying, hydrology,
architecture, landscaping, structural, mechanical, electrical,
environmental, cost estimating, and specification writing. 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 and technical
competence of the firm in the design of repair, renovation, alteration,
or upgrade projects, new construction projects, and engineering
studies; (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) 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, 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 U.S. Army Engineer District, Bldg 230, Room 202, 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,
telephone (808) 438-6958. Request for Proposal No. DACA83-98-R-0018
shall be utilized to solicit a proposal from the firm selected. This is
not a request for a proposal. (0135) Loren Data Corp. http://www.ld.com (SYN# 0023 19980520\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|