Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 7,1999 PSA#2490

US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort Shafter, HI 96858-5440

C -- ARCHITECT-ENGINEER SERVICES. REPLACE HYDRANT FUEL SYSTEM, HICKAM AIR FORCE BASE, HAWAII SOL DACA83-00-R-0008 DUE 010700 POC Mr. Duane Arakawa, Government Negotiator, (808) 438-8538 WEB: HED Contracting Home Page, www.poh.usace.army.mil/pohct. E-MAIL: click here to contact the Contract Specialist, linda.oshiro@poh01.usace.army.mil. C -- Architect-Engineer Services. Replace Hydrant Fuel System, Hickam Air Force Base, Hawaii. 1. CONTRACT INFORMATION: Architect-Engineer services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are required for the design of FY02 DLA MILCON Project, Replace Hydrant Fuel System, Hickam Air Force Base, Hawaii. This announcement is open to all businesses regardless of size. A firm-fixed price contract will be negotiated. The contract is anticipated to be awarded in March 2000. 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 15% be placed with SDB and 5% Women Owned Small Business (WOSB). 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. 2. PROJECT INFORMATION: Design of FY02 DLA MILCON Project, Replace Hydrant Fuel System, Hickam Air Force Base, Hawaii. Estimated Construction Cost is between $25,000,000 to $50,000,000. Project provides for replacement of existing Type II hydrant refueling systems with a Type III pressurized system (minimum pumping capacity of 3,000 gpm). Included are required pump house(s), filtration and generator buildings. Project includes demolition of two aboveground and three underground JP-8 fuel storage tanks and construction of two 25,000 barrel aboveground tanks, construction of fuel recovery system, 32 hydrant outlet pits, 5 new pantograph truck fill stands, four-stand truck unloading island and a hydrant servicing vehicle checkout station, including stainless steel piping, cathodic protection, leak detection, fire protection and all mechanical and electrical appurtenances. Project also provides for replacementof existing 2,300 barrel diesel tank with two 714 barrel self-contained aboveground tanks (SCAT) and related truck fill stand. Design will utilize standard design criteria and definitive drawings to the maximum extent possible. Design effort will include environmental project requirements, topographic surveys and geotechnical investigations and surveys. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a through e are primary. Criteria f through h are secondary and will only be used as "tie-breakers" among technically equal firms. (a) Specialized experience and technical competence in the sustainable design process of hydrant fueling systems and jet fuel storage tanks. (1) The evaluation will consider the offeror's specialized experience in hydrant fueling systems, jet fuel storage tanks and all related systems, sub-systems and appurtenances. (2) The evaluation will consider technical competence of the offeror in terms of design quality management, CADD and other automated systems and equipment resources. (3) The evaluation will consider the effectiveness of the proposed project team with respect to management structure, coordination of disciplines and prior working relationship within team members. (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. (2) The evaluation will consider the longevity with the firm or firms of the key personnel to be used on this project. (c) The firm's past performance on previous similar projects. (1) The evaluation will consider all past experience of the prime A-E contractor as documented on the Corps of Engineers Architect-Engineer Contract Administration Support System (ACASS). (2) The evaluation will consider all past experience from sources other than ACASS only if submitted in response to this announcement. In evaluation of both these sub-criteria, the relevancy of each performance evaluation to the proposed contract including type of work, contract value, performing office, recentness and general trends will be considered. (d) Capacity of the firm to accomplish work in the required time and in the prescribed manner. (1) The evaluation will consider the firm's experience with similarly sized projects. (2) The evaluation will consider the available capacity as well as total strength of key disciplines in the offices to perform the work. 3) The evaluation will consider a firm's current workload and workload trends. (e) Knowledge of the locality. (1) The evaluation will consider the offeror's familiarity with the site conditions, including geological and climatic conditions of Hickam Air Force Base and the Island of Oahu. (2) The evaluation will consider the offeror's knowledge of local construction practices and availability andcost of materials for the proposed project construction. (f) Small business (SB) and small disadvantaged business (SDB) participation. The evaluation will consider participation of small business, small disadvantaged business [if the Standard Industrial Classification (SIC) Major Group of the subcontracted effort is one in which use of an evaluation factor for participation of SDB concerns is currently authorized (see FAR 19.201(b) and web page at http://www.arnet.gov/References/sdbadjustments.htm), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (g) Volume of DoD contract awards. The evaluation will consider equitable distribution of work. (h) Geographic proximity. The evaluation will consider the physical location of the firm and their team in relation to Hickam Air Force Base. With regards to small business and small disadvantaged business participation, 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. In addition, for the SDB participation, the Offeror must provide targets, as expressed as dollars and percentages of total contract value, in each of the authorized SIC Major Groups and total target for SDB participation by the contractor, including joint venture partners, and team members, and total target for SDB participation by subcontractors. The targets will be incorporated into and become part of the resulting contract. Contractors with SDB participation targets shall be required to report SDB participation. Refer to FAR Subpart 19.12 for additional information. 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 62% of the subcontract amount be placed with small businesses (SB), which includes SDBs and women-owned small businesses (WOSB); (2) at least 15% of the subcontract amount be placed with SDBs; and (3) at least 5% of the subcontract amount be placed with WOSBs. 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. 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 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 Honolulu Engineer District. Submittals will be sent to U. S. ARMY ENGINEER DISTRICT, HONOLULU, ATTN: CEPOH-EC-M, BUILDING 230, ROOM 108, 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 provision 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://ccr.edi.disa.mil. Small and disadvantaged firmsare encouraged to participate as prime contractors or as members of joint ventures with other small businesses. For further information regarding this proposed acquisition, telephone (808) 438-0481. Request for Proposal No. DACA83-00-R-0008 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal. Posted 12/03/99 (W-SN405683). (0337)

Loren Data Corp. http://www.ld.com (SYN# 0013 19991207\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page