Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2011 FBO #3346
SOLICITATION NOTICE

C -- Indefinite Delivery Architect-Engineer (Mechanical) Services Contract with the U.S. Army Corps of Engineers, Honolulu District for the Design of Miscellaneous Projects in the Pacific Region

Notice Date
1/20/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-11-R-0005
 
Response Due
2/22/2011
 
Archive Date
4/23/2011
 
Point of Contact
Maria Buckner, 808-438-8583
 
E-Mail Address
USACE District, Honolulu
(maria.r.buckner@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This presolicitation notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: This solicitation is a 100% set-aside for small business concerns. The small business size standard classification is NAICS 541330 ($4.5M in annual receipts). The contract will be of the Indefinite Quantity type where the work will be required on an as needed basis during the life of the contract providing the government and contractor agree on the amount. Indefinite delivery contracts will be negotiated and awarded with a period not to exceed 5 years. The amount of work under each contract will not exceed $3,000,000.00. The Government obligates itself to obtain no less than $10,000.00 in services. The intent is to award no more than two (2) contracts from this announcement. The first contract is anticipated to be awarded in March 2011; the subsequent contract is planned to be awarded within one year of the closing date of this announcement. Therefore, the Government reserves the right to award an additional contract within twelve (12) months from the closing date of this announcement. There will be no further synopsis in the event the Government determines an additional contract is necessary with the twelve month period. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. During the period when the contracts resulting from this solicitation run concurrently, the following will be considered in deciding which contractor/Indefinite Delivery contract will be selected to negotiate an order: current capacity to accomplish the order in the required time, unique specialized experience, equitable distribution of work among the contractors, and performance and quality of deliverables. Each project contract will be a firm fixed price A-E Contract. The Government will determine the delivery order amount by using rates negotiated and negotiate the effort required to perform the particular project. The contract term will be a base period of five (5) years. A-E services are required for various military and civil works projects within the State of Hawaii, but may include other Pacific Region locations in the Pacific Ocean Division (POD) area and occasionally locations covered by other Army Corps of Engineers Districts. No award of task orders for work outside of the Honolulu Engineer District will be undertaken without authorization from the affected District. The Government guarantees a minimum of $10,000. Estimated date of contract award is March 2011. PROJECT INFORMATION: Work includes A-E (Mechanical) services for the preparation of plans, specifications, design analysis, and cost estimates for repair, alteration, renovation, and/or new construction for installation support. Work may also include design charrettes, engineering studies, and HVAC commissioning. The firm must have primary capability in mechanical engineering. In addition, the firm and/or its consultants must have capability in disciplines that include fire protection, architectural, structural, electrical/telecommunications, civil, environmental, cost estimating, and specification writing. Specific computer-aided drafting (CAD) equipment, format of CAD products, and compliance with A/E/C standards will be required. 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 qualifications. (1) The evaluation will consider the offeror's specialized experience in the performance and management of the engineering services 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, training, 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 all past performance of the prime A-E contractor as documented in the Architect-Engineer Contract Administration System (ACASS) or Past Performance Information Retrieval (PPIRS) databases. (2) The evaluation will consider past performance from sources other than ACASS; (d) Capacity of the firm to accomplish work in the required time; and (e) Knowledge of the locality of the projects. (1) The evaluation will consider the offeror's familiarity with the site conditions in Hawaii and 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 (SDB), historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. SUBMISSION REQUIREMENTS: Firms desiring consideration shall submit a Standard Form 330 no later than 2:00 p.m., Hawaiian Standard Time, by 22 February 2011 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. An Indefinite Delivery Contract (IDC) listed in Section F will not qualify as a project; however, individual projects (no more than 5) awarded under IDC task orders will be considered. Additional example projects, if listed in Section H, will not be evaluated. Submittals shall be sent to U.S. ARMY ENGINEER DISTRICT, HONOLULU, BUILDING 230, ROOM 205, ATTN: CEPOH-EC-M, FORT SHAFTER, HAWAII 96858-5440. 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. In addition to CCR registration, the offeror must be actively registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. Request for Proposal No. W9128A-11-R-0005 shall be utilized to solicit a proposal from the firm selected. Firms responding to this announcement by the closing date/time mentioned above will be considered. This is not a request for a proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-11-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02363011-W 20110122/110120234033-8375512db5c3bf6ec24bae535008763d (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.