COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24,2000 PSA#2671 US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 C -- DESIGN OF INTERSTATE ROUTE H-1 REHABILITATION, KALIHI STREET TO
OLA LANE, OAHU, HAWAII SOL DACA83-00-R-0053 DUE 092700 POC Linda
Oshiro, (808) 438-8591 WEB: HED Contracting home page,
www.poh.usace.army.mil/pohct. E-MAIL: click here to contact the
Contracting Specialist, linda.oshiro@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 Interstate Route H-1 Rehabilitation, Kalihi Street to Ola
Lane, Mile Post 18.95 to 19.64, Oahu, 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 2001. 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 65% 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. 2. PROJECT
INFORMATION: Design of Interstate Route H-1 Rehabilitation, Kalihi
Street to Ola Lane, Oahu, Hawaii. Estimated Construction Cost is
between $1,000,000 to $5,000,000. In general the project includes
reconstructing weakened pavement, asphalt concrete resurfacing,
guardrail upgrades, guardrail end treatment upgrades, modifications to
median concrete barrier, signage replacement, lighting upgrade, bridge
deck repairs, expansion joint repairs, drainage improvements, and
installing pavement striping and markings. Design will also involve
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 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,
hydrologic/hydraulic analysis, drainage reports, and pavement
justification reports for non-military roadway projects. The evaluation
will also consider familiarity with State and Federal standards and
criteria and experience in construction phasing. (2) The evaluation
will consider technical competence of the offeror in terms of design
quality management, CADD, INROADS, 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 toaccomplish 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) 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 Oahu, Hawaii. 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. 4.
SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a
Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by
September 27, 2000 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
the U.S. ARMY ENGINEER DISTRICT, HONOLULU, ATTN: CEPOH-EC-M, BUILDING
230, ROOM 108, FORT SHAFTER, HAWAII 96858-5440. Small and
disadvantagedfirms 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/. Small and disadvantaged firms are 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-0053 shall be utilized to solicit a proposal from the
firm selected. This is not a request for a proposal. Posted 08/22/00
(W-SN488886). (0235) Loren Data Corp. http://www.ld.com (SYN# 0019 20000824\C-0003.SOL)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 22, 2000 by Loren Data Corp. --
info@ld.com
|
|
|