Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2003 FBO #0535
SOURCES SOUGHT

C -- FY05 MCA Multiple Deployment Facility Complex, Wheeler Army Airfield, Oahu, Hawaii

Notice Date
5/16/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Corps Of Engineers, Honolulu - Military, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
DACA83-03-R-0021
 
Response Due
6/18/2003
 
Archive Date
8/17/2003
 
Point of Contact
linda.naeko.oshiro, 808-438-8572
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu - Military
(linda.naeko.oshiro@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA ??????C--Architect-Engineer Services. FY05 MCA Multiple Deployment Facility Complex, Wheeler Army Airfield, Oahu, Hawaii. 1. CONTRACT INFORMATION: Architect-Engineer services, procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are r equired for the design of a Multiple Deployment Facility Complex at Wheeler Army Airfield, 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 December 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 min imum of 58% of the contractor??????s intended subcontract amount be placed with small business (SB), which includes small disadvantaged businesses (SDB), WOSB, HUBZone SB, Veteran-Owned SB, and Service Disabled Veteran Owned SB. 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. 2. PROJECT INFORMATION: The project involves a Multiple Deployment Facility (MDF) to process vehicles for air and sea de ployments from multiple airfields. Project estimated construction cost is between $10,000,000 and $25,000,000. The MDF includes a Deployment Marshalling Area, Guardhouses, Document Control Station, Wash Rack, De-Fuel Shed, Scale Houses, Joint Inspection Area, Vehicle Maintenance Shelter, Vehicle Holding Area, Alert Holding Area, and Contingency Warehouse, Supporting facilities include water, sanitary sewer, storm drainage, electric service, telephone system, information system, parking, fire protection s ystems, paving, fencing, exterior lighting and site improvements. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria is 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 is secondary and will only be used as ??????tie-breakers?????? among technically equal firms. (a) Specialized experience and technical competence in the design of similar fa cilities. (1) The evaluation will consider the offeror??????s specialized experience in the design of deployment facilities, related systems, sub-systems and appurtenances. (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 of disciplines and prior working relat ionship 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 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 Archite ct-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 considere d. (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 wel l 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 familiar ity with the site conditions, including geological and climatic conditions in the vicinity of Wheeler Army Airfield and 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 disadvantaged business (SDB) participation. The evaluation will consider participation of small disadvantaged business [if the Standard Industrial Classification (SIC) Major Group of th e 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)], 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. 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. P rior to award, the selected firm 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, a nd 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 participation. Refer t o 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 58% of the subcontracted amount be placed with small businesses (SB), which includes SDBs, women-owned small businesses (WOSB), HUBZone small businesses, Veteran-Owned small businesses, and Service Disabled Veteran Owned small businesses; (2) a t least 9% of the subcontracted amount be placed with SDBs; (3) at least 8.5% of the subcontracted amount be placed with WOSBs; (4) at least 3% of the subcontracted amount be placed with HUBZone SBs; (5) at least 3% of the subcontracted amount be placed wi th Veteran Owned SB; and (6) at least 3% of the subcontracted amount be placed with Service Disabled Veteran Owned SB. 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, WOSB, HUBZone SB, Veteran Owned SB, and Service Disabled Veteran Owned SB 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 desiring consideration must submit a Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, June 18, 2003, 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 Standa rd 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 206, ATTN: CEPOH-EC-M, FORT SHAFTER, HAWAII 96858-544 0. 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 c ontract. 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. DACA83-03-R-0 021 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 - Military Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00325945-W 20030518/030516213702 (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.