Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 8, 2000 PSA #2681
SOLICITATIONS

C -- KAHEKILI HIGHWAY REPAIRS AND MAINTENANCE, MP 0.00 TO 4.29, ISLAND OF MAUI, HAWAII

Notice Date
September 6, 2000
Contracting Office
US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort Shafter, HI 96858-5440
ZIP Code
96858-5440
Solicitation Number
DACW83-00-R-0014
Response Due
October 6, 2000
Point of Contact
Point of Contact is Mr. James Tamura at (808)438-8540
E-Mail Address
click here to contact the contract specialist via (renee.hicks@usace.army.mil)
Description
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 Highway Repairs and Maintenance, MP 0.00 to 4.29, Island of Maui, 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 Highway Repairs and Maintenance, MP 0.00 to 4.29, Island of Maui, Hawaii. Estimated Construction Cost is under $500,000. In general the project includes repair and maintenance for Kahekili Highway -- 340 for the length of 4.29 miles. Construction improvement is required to repair shoulders and embankments due to erosion, repair and replace drainage structures and damaged guardrails, clean out blocked culverts and downstream drainage channels, and repair other roadway and pavement structures. 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-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 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 Maui. (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 Maui, 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 (3) 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://www.ccr2000.com. For further information regarding this proposed acquisition, telephone (808) 438-8540. Request for Proposal No. (CEPOH-CT-C to fill in) shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal."
Web Link
Honolulu Engineer District Home Page (http://www.poh.usace.army.mil)
Record
Loren Data Corp. 20000908/CSOL004.HTM (W-250 SN493727)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on September 6, 2000 by Loren Data Corp. -- info@ld.com