Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

C -- Architect-Engineer services for FY2011 MCA PN65650, FY2013 MCA PN67157, FY2014 MCA PN70668, FY2015 MCA PN58857 Command and Control Facility Complex Phases I, 2, 3 & 4, Fort Shafter, Oahu, Hawaii

Notice Date
2/18/2009
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Honolulu, Attn: CEPOH-CT, Building 230, Fort Shafter, Hawaii, 96858-5540
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-09-R-0008
 
Archive Date
4/7/2009
 
Point of Contact
Kent Tamai,, Phone: 808-438-9700
 
E-Mail Address
kent.a.tamai@usace.army.mil
 
Small Business Set-Aside
N/A
 
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 FY2011 MCA PN65650, FY2013 MCA PN67157, FY2014 MCA PN70668, and FY2015 MCA PN58857 Command and Control Facility Complex, Phases I, 2, 3 & 4, Fort Shafter, Oahu, Hawaii. This announcement is open to all businesses regardless of size. A firm-fixed price contract will be negotiated. Award of the contract is anticipated to be in July 2009. Target date to complete design documents for Phase 1 is September 2010. 2. PROJECT INFORMATION: The project requires the preparation of plans, specifications, design analysis, and cost estimates for the US Army Pacific Command and Control Facility Complex. Primary facilities are comprised of several structures to meet the operational and functional requirements of various USARPAC Directorates and Staff Offices. Notional floor plans, building envelopes, building footprints, and an overall site plan are currently being developed and will be provided to the successful offeror as a point of departure. Building systems include sensitive compartmented information facilities, telecommunications, intrusion detection, energy monitoring control, redundant mechanical and electrical systems with backup power for designated areas, fire protection and alarm. An electrical substation, parking structure, and central utility plant are also part of the primary facilities. Comprehensive interior design, antiterrorism measures, and sustainable design development (SDD) and EPAct05 features are required. LEED-NC Gold is the target for this project. Supporting systems include site improvement work, utilities and connections, exterior lighting, paving, walks, curbs, gutters, storm drainage, culverts, landscaping, signage, fencing, and other related improvements. Deliverables will include a separate design package for each phase for solicitation and construction award in the appropriate fiscal year. Design packages are required to be coordinated with each other for pragmatic linkage with preceding and subsequent construction phases. Specific computer-aided drafting (CAD) equipment, format of CAD products, and compliance with A/E/C standards will be required. The estimated construction cost is between $250,000,000 and $500,000,000. 3. SELECTION CRITERIA: The PRIMARY selection criteria listed in descending order of importance are: (first by major criterion and then by each sub-criterion) (a) Specialized experience and technical competence. (1) The evaluation will consider the offeror's specialized experience in the management and design of projects with similar requirements and supporting systems as described in paragraph 2; (b) Professional qualifications of the firm's staff/consultants to be assigned to the projects. (1) The evaluation will consider the education, registration and overall relevant experience of the team's key management and technical personnel; (c) Past Performance of the firm for similar work. (1) The evaluation will consider past performance of the prime A-E contractor as documented in the Past Performance Information Retrieval (PPIRS) database; (2) The evaluation will consider past performance from sources other than PPIRS; (d) Capacity of the firm to accomplish work in the required time; and (e) Locality. (1) The evaluation will consider the offeror's knowledge of the locality of the project. 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 (SDB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 330 no later than 4:00 p.m., Hawaiian Standard Time, by March 23, 2009 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. No more than five (5) example projects shall be listed in Section F of the SF 330; if more are included, only the first 5 will be considered. An Indefinite Delivery Contract (IDC) listed in Section F will not qualify as a project, however, individual projects (no more than 5) awarded by IDC task orders will be considered. Additional example projects, if listed in Section H, will not be evaluated. Submittals will be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, 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 provisions of Public Law 95-507. The selected firm, if large business, 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 District are: (1) at least 70.0% of the subcontract amount be placed with small businesses (SB), which includes SDBs and women-owned small businesses (WOSB); (2) at least 6.2% of the subcontract amount be placed with SDBs; (3) at least 7.0% of the subcontract amount be placed with WOSBs; (4) at least 9.8% for HUBzone small businesses; (5) at least 3.0% for veteran-owned small businesses; and (6) at least 0.9% for service-disabled veteran-owned small businesses. The subcontracting plan is not required with this submittal but successful large business firms must submit an acceptable plan before any award can be made. 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.ccr.gov. Request for Proposal No. W9128A-09-R-0008 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8127fa11dac45010df583e36cc0c9b9&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Honolulu, Fort Shafter, Hawaii, 96858-5440, United States
Zip Code: 96858-5440
 
Record
SN01751997-W 20090220/090218215109-e8127fa11dac45010df583e36cc0c9b9 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.