Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2002 FBO #0047
SOURCES SOUGHT

C -- Indefinite Delivery Architect-Engineer Services Contract (Electrical) for Design of Miscellaneous Projects in the Pacific Region

Notice Date
1/16/2002
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps Of Engineers - Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
DACA83-02-R-0010
 
Response Due
2/17/2002
 
Archive Date
3/19/2002
 
Point of Contact
Jody Muraoka, 808-438-8575
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Honolulu
(jody.k.muraoka@poh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 1) CONTRACT INFORMATION: Architect-Engineer (Electrical) 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 State of Hawaii, but may include other Pacifi c 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 b e 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 $750,000.00. Work will be issued by negotiated firm fixed-price task orders, with a maximum amount not to exceed $750,000.00 per task order limit. The Government obligates itself to obtain no less than $15,000.00 in services during the term of the base period and $7,500.00 in services during the term of each option period. The co ntract 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 se lected 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 anticipat ed to be awarded in May 2002. This announcement is open to all businesses regardless of size. 2) PROJECT INFORMATION: Work includes A-E services for preparation of plans, specifications, design analysis, and cost estimates for solicitation of repair, renovation, and new construction projects. Work also includes engineering investigations and s tudies. The firm must have primary capability in electrical design. The firm and/or its consultants must have capability in disciplines that include architectural, civil, mechanical, telecommunications, environmental, cost estimating, and specification w riting. Specific computer-aided drafting (CAD) equipment and format of required CAD products is a requirement. 3) SELECTION CRITERIA: See Note 24 for general selection process. The PRIMARY selection criteria listed in descending order of importance are: (first by major criterion and then by each sub-criterion) (a) Specialized Experience of the firm in preparing t he services and products listed above. (1) The evaluation will consider the offeror?s specialized experience for the services described above. (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 and prior working relationship within team members. (4) The evaluation will consider the firm's sustainable design experience especially in energy conservation and efficiency; reduction of toxic and harmful substances in facilities construction and operation; and efficiency in resource and materials utilization. (b) Professio nal 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) Past Performance of the firm on similar projects. (1) The evaluation will consider past performance ratings of the prime A-E contractor as documented on the Corps of Engineers Architect-Engineer Contract Ad ministration Support System (ACASS). (2) The evaluation will consider 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 th e proposed contract including the type of work, contract value, performing office, and 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 c onsider the offeror'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 the offeror's current workload and workload trends; and (e) Knowledge of the locality of the projects. (1) The evaluation will consider the offeror?s familiarity with the site conditions, including geological and climatic conditions, in the Pacific Region. SECONDARY selection criteria, to be used as ?tie-breakers? among technically equal firms, are listed in descending order of importance as follows: (a) Location of the firm; (b) Volume of recent DoD work; and (c) Participation of small business, small disadvantaged business (S DB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. The Offeror must provide adequate documentation in blocks 7g and 10 of the Standard Form 255, Arc hitect-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, t he 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 to tal 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 will be required to obtain Defense Base Act Insurance (workers? compensation insurance) for work performed outside the waters of the United States. The selected firm, if a large business firm, must comply with FA R 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 fir m 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@poh01.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 February 17, 2002 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 Honolul u 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 d isadvantaged 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 pos sible 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. Fail ure 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 acqu isition, contact Mr. Nelson Lee at telephone (808) 438-1695. Request for Proposal No. DACA83-02-R-0010 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Corps Of Engineers - Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN20020118/00015367-020117090702 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.