Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2002 FBO #0243
SOURCES SOUGHT

C -- Architect-Engineer Services Contract for Mission Support Training Facility and Information Systems Facility, Schofield Barracks, Hawaii

Notice Date
7/31/2002
 
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-0038
 
Response Due
9/16/2002
 
Point of Contact
Linda Oshiro, 808-438-8591
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Honolulu
(linda.n.oshiro@poh01.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA C--Architect-Engineer Services. Mission Support Training Facility and Information Systems Facility, Schofield Barracks, Hawaii. 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 MILCON Projects, FY04 Mission Support Training Facility and FY04 Information Systems Facility, Schofield Barracks, 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 February 2003. The selected firm, if a large business firm, must comply with FAR 52-219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 61.4% of the contractor?s intended subcontract amount be placed with small business (SB), which includes small disadvantaged businesses (SDB), and WOSB. The subcontracting plan is not requi red with this submittal but the successful large business firm must submit an acceptable plan before any award can be made. 2. PROJECT INFORMATION: Design of FY04 Mission Support Training Facility and FY04 Information Systems Facility, Schofield Barracks , Hawaii. Project Estimated Construction Cost is more than $10,000,000. The Mission Support Training Facility will house functions to conduct embedded war-fighting simulation operations to support Medium Brigade, Joint, and Combined Arms simulation train ing. Facility will house various sophisticated simulation systems and will require conditioned power, approximately 330 tons of air conditioning, and intra-communications and intercommunications systems. The Information Systems Facility will be the centr al hub providing connectivity to support constructive, virtual, and real information systems. Facility will require EMF shielding for portions of the facility, Situation Readiness Center with VTC for secret teleconferencing, message traffic room, security card access system, loading dock, elevator, cable vault with low-resistance building ring earth ground, approximately 150 tons of air conditioning with humidity control and electrostatic dust filtering designed for continuous operation, lightning protecti on, and landscaping. Both facilities will require SCIF, anti-terrorism/force protection measures, intrusion detection systems, all necessary utilities, emergency back-up power, fire protection and alarm systems, security fencing, parking, sidewalks, infor mation systems, comprehensive interior designs, compliance with ADA requirements, and other site work. 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). Primary Criteria are listed under a through e. Criteria f through h are secondary and will only be used as ?tie-breakers? among technically equal firms. (a) Specialized experience and technical competenc e in the design of installation support facilities. (1) The evaluation will consider the offeror?s specialized experience in the design of facilities of similar function, size, complexity, and infrastructure requirements. (2) The evaluation will consid er 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, c oordination of disciplines and prior working relationship within team members. (4) The evaluation will consider the firm's sustainable design experience using an integrated design approach and emphasizing environmental stewardship. (b) Professional qual ifications 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 sourc es 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 a nd 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 and their capabilities to respond to issues in a timely manner. (3) The evaluation will consider a firm?s current workload and workload trends. (e) K nowledge of the locality. (1) The evaluation will consider the offeror?s familiarity with the site conditions, including geological and climatic conditions of Schofield Barracks and the Island of Oahu. (2) The evaluation will consider the offeror?s kno wledge 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 busine ss, 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 eval uation 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 Schofield Barracks, Oahu. The Offeror must provide adequate documentation in blo cks 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 join t 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 pa rticipation. Refer to FAR Subpart 19.12 for additional information. 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 61.4% of the subcontract amount be placed with small businesses (SB), which includes SDBs and women-owned small businesses (WOSB); (2) at least 9.1% of the subcontract amount be placed with SDBs; and (3) at least 5.0% of th e subcontract amount be placed with WOSBs. The subcontracting plan is not required with this submittal but the successful large business firm must submit an ac ceptable 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. 4. SUBMISSION REQUIREMENTS: Firms desirin g consideration must submit a Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by (DATE) 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 submit tal 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 110, 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. Request for Proposal No. DACA83-02-R-0038 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
 
Place of Performance
Address: US Army Corps Of Engineers - Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00129527-W 20020802/020731213805 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.