COMMERCE BUSINESS DAILY ISSUE OF AUGUST 16,2000 PSA#2665 US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 C -- ARCHITECT-ENGINEER SERVICES. KAHEKILI LIGHTING IMPROVEMENTS,
AHAOLELO ROAD TO HAIKU ROAD, OAHU, HAWAII SOL DACW83-00-R-0013 DUE
091500 POC Mr. James Tamura, (808) 438-8540 E-MAIL: Click here to
contact the contract specialist via,
duane.v.inoue@poh01.usace.army.mil. 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
Kahekili Lighting Improvements, Ahaolelo Road to Haiku Road, Mile Post
36.5 to 39.5, Oahu, Hawaii. This solicitation is 100% SET-ASIDE for
SMALL BUSINESS CONCERNS. A firm-fixed price contract will be
negotiated. The contract is anticipated to be awarded in 2001. 2.
PROJECT INFORMATION: Design of Kahekili Lighting Improvements, Ahaolelo
Road to Haiku Road, Oahu, Hawaii. Estimated Construction Cost is
between $1,000,000 to $5,000,000. The project includes street light
upgrade, slope protection/stabilization, traffic signal improvements,
guardrail upgrades, drainage/utility improvements, fencing, and
modifications to comply with ADA requirements. 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 is secondary and will only be used as "tie-breaker"
among technically equal firms. (a) Specialized experience and technical
competence of the firm in the design of non-military government
highway/roadway projects. (1) The evaluation will consider the
offeror's specialized experience in the preparation of plans,
specifications, cost estimates, design analysis for non-military
roadway lighting and roadway repair projects. The evaluation will also
consider familiarity with State and Federal standards and criteria.
(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 AE 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 the Island of Oahu. (2) The evaluation will consider the
offeror's knowledge of local construction practices and availability
and cost of materials for the proposed project construction. (f)
Geographic proximity. The evaluation will consider the physical
location of the firm and their team in relation to Oahu, Hawaii. 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, BUILDING 230, ROOM 108,
ATTN: CEPOH-EC-M, 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://www.ccr2000.com/. For further information regarding this
proposed acquisition, telephone (808) 438-8540. Request for Proposal
No. DACW83-00-R-0013 shall be utilized to solicit a proposal from the
firm selected. This is not a request for a proposal Posted 08/14/00
(W-SN485854). (0227) Loren Data Corp. http://www.ld.com (SYN# 0020 20000816\C-0001.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 14, 2000 by Loren Data Corp. --
info@ld.com
|
|
|