Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,2000 PSA#2552

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

C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT FOR DESIGN OF MISCELLANEOUS PROJECTS SOL DACA83-00-R-0017 DUE 041000 POC Wendell Awada (808) 438-0481/Duane Arakawa (808) 438-8539 WEB: Honolulu Engineer District Contracting Home Page, www.poh.usace.army.mil/pohct. E-MAIL: click here to contact the contract specialist via, jenny.yatsushiro@usace.army.mil. Indefinite Delivery Architect-Engineer Services Contract (Architectural) for Design of Miscellaneous Projects in the Pacific Region. 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 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 task 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 $500,000.00. Work will be issued by negotiated firm fixed-price task orders, with a maximum amount not to exceed $500,000.00 per the task order. The Government obligates itself to obtain no less than $10,000.00 in services during the term of the base period and $5,000.00 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 July 2000. This announcement is opento all businesses regardless of size. 2. PROJECT INFORMATION: Work includes A-E services for preparation of plans, specifications, design analysis, and cost estimates for repair, renovation, or new construction projects or engineering studies for installation support. Work will include designs and studies. Selected project design and studies may require use of metric system. Compatibility with specific computer-aided drafting (CAD) equipment, and format of required CAD products, is a requirement. Firms must have primary capability in architectural and/or consultants for structural, electrical, mechanical, and civil engineering; surveying; environmental; telecommunications, cost estimating; and specification writing. 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 of the firm in preparing the services and products listed above. (1) The evaluation will consider the offeror's specialized experience in repair, renovation, and new construction for installation support. (2) The evaluation will consider technical competence of the offeror in terms of design quality management, CAD 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. The evaluation will consider the education, training, registration and overall relevant longevity with the firm or firms of the key personnel to be used on this project. (c) The firm's past performance on 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 System (ACASS). (2) The evaluation will consider all past experience from sources other than ACASS 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 of 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 the 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, inthe Pacific Region. (2) The evaluation will consider the offeror's knowledge of local construction practices and availability and cost of materials. (f) Small disadvantaged business (SDB) participation. The evaluation will consider participation of small disadvantaged business 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. 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 theauthorized 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. 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 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. The selected firm will be required to obtain Defense Base Act Insurance (workers' compensation insurance) for work performed outside the waters of the United States. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by April 10, 2000 or within thirty (30) calendar days from the 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 provisions 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. For further information regarding this proposed acquisition, contact Mr. Wendell Awada at telephone (808) 438-0481. Request for Proposal No. DACA83-00-R-0017 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal. Posted 03/06/00 (W-SN431622). (0066)

Loren Data Corp. http://www.ld.com (SYN# 0021 20000308\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page