BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Honolulu, Hawaii. Contact the soliciting agency for additional information.

Contract Award Date: Jul 05, 2022 Contract Award Number: W9128A22D0004 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: G9THN35LPHP3 Contractor Awarded Name: PRYZM CONSULTING LLC Contractor Awarded Address: Honolulu, HI 96819 USA Base and All Options Value (Total Contract Value): $12000000.00 _________________________________________ Contract Award Date: Jul 05, 2022 Contract Award Number: W9128A22D0002 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: HHCJTRGP3363 Contractor Awarded Name: MINATOISHI PALUMBO ARCHITECTS INC Contractor Awarded Address: Honolulu, HI 96813-6461 USA Base and All Options Value (Total Contract Value): $12000000.00 Title Small Business Indefinite Delivery Architect-Engineer Services Contract (CIVIL) Not-To-Exceed $12M for the Design of Miscellaneous Projects in the USACE, Pacific Ocean Honolulu (POH) Area of Responsibility (AOR) Description 1. CONTRACT INFORMATION: Architect-Engineer (CIVIL) 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 U.S. Army Corps of Engineers, Pacific Ocean Honolulu (POH) Area of Responsibility (AOR). The POH AOR includes State of Hawaii, territories of Guam, Commonwealth of the Northern Mariana Islands (CNMI), Federal States of Micronesia (FSM), American Samoa, and Kwajalein Atoll, and Republic of the Marshall Islands. Indefinite delivery contracts will be negotiated and awarded with a base ordering period of five (5) years. It is the Government's intent to award at least three (3) A-E single award Indefinite Delivery Contracts with a not-to-exceed shared capacity of $12,000,000. The Government obligates itself to obtain no less than $2,500.00 in services. The contracts are anticipated to be awarded in June 2022. After contracts are awarded, work will be issued by negotiated firm-fixed-price task orders. Selection of A-E firms for task orders are not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services, current capacity to accomplish the task order in the required time, unique specialized experience, and quality of performance under the other task orders. Each A-E firm selected under this announcement will be required to update their SF330s annually in accordance with FAR 36.603(d). North American Industry Classification System Code (NAICS) is 541330 - Engineering Services, which has a size standard of $16.5 million in average annual receipts. This is a competitive procurement 100% set-aside for Small Businesses. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM see the SAM website at https://www.sam.gov/. 2. PROJECT INFORMATION: Work includes A-E services for the preparation of plans, specifications, design analysis, design and review services, estimates for repair, alteration, renovation, and/or new construction projects for installation support. Work may also include charrettes, parametric designs, and site/facility condition studies. a. The firm shall have primary capability in Civil Engineering, including, but not limited to: site and installation utility design including water distribution, storage and pumping, wastewater collection system design for tropical corrosive environments; hydraulics and hydrologic analysis, storm water collection system design, topographic surveys, low impact development; site development, earthwork, grading and drainage; roadway (geometric) design and traffic engineering (street lighting and traffic signals); and antiterrorism / force protection, physical security, and any associated geotechnical / structural / electrical / communications / architectural / corrosion protection / landscape / cybersecurity design. Computer-aided drafting (CAD), format of CAD products, understanding and compliance with A/E/C standards will be required. 3D Civil Information Modeling (CIM), Geographic Information Systems (GIS), and Building Information Modeling (BIM) will be required. Designs will be prepared using US Standard English units of measure; however, selected projects may require metric units. In compliance with DFARS 219.502-1, because this requirement is set aside for small business entities, the total amount of A-E Services that can be provided on this contract for military construction work (MILCON) or family housing projects, shall be no more than $400,000. b. The Prime contractor must have capability in Civil design and services. Collectively as a team, the prime contractor and/or its sub-consultants must have capability in the following disciplines: Civil Engineering Architecture Structural Engineering Mechanical Engineering Fire Protection/Life Safety Electrical Engineering Telecommunications Geotechnical Engineering Topographic Surveying Environmental Engineering Commissioning Authority Cybersecurity Cost Estimating Specification Writing/Typist 3. SELECTION CRITERIA: An adjectival rating scale will be applied to each selection criteria with the highest possible rating first and in descending order: Excellent, Highly Acceptable, Acceptable, Marginal, Unacceptable. The rating of "Neutral" may also be used and is defined as follows: Only applies to Past Performance if the Offeror lacks past performance information in the Past Performance Information Retrieval System (PPIRS). The intent of this rating is not to penalize the Offeror for no past performance as a Prime A-E/contractor. It may have past performance serving as a sub-contractor/consultant. BASIS FOR ADJECTIVAL EVALUATION Excellent (E): The proposal is outstanding in that it clearly demonstrates a thorough understanding of the requirements and greatly exceeds the minimum level for the criterion. The Offeror's capabilities are of the highest proficiency and are thoroughly illustrated or substantiated. The proposal is internally consistent throughout when addressing the criterion. The proposal has significant strengths in exceeding the minimum level of the criterion and contains no weaknesses. Highly Acceptable (HA): The proposal is very good, demonstrates good understanding of requirements, and exceeds the minimum level for the criterion. The Offeror's capabilities are of high proficiency and are well justified or substantiated. The Proposal contains very minor or no inconsistencies with other portions of the proposal when addressing the criterion. The proposal has strengths in exceeding the minimum level for the criterion and is not significantly offset by weaknesses. Acceptable (A): The proposal is acceptable in that it meets the minimum level for the criterion. The proposal demonstrates an acceptable level of understanding of requirements. The Offeror's capabilities are of an acceptable level of competency and are sufficiently illustrated or substantiated. The proposal contains minor or no inconsistencies or in compatibilities with other portions of the proposal when addressing the criterion. Proposal has strengths in meeting the minimum level for the criterion and is not significantly offset by weaknesses. Marginal (M): The proposal does not completely address the criterion to demonstrate an acceptable level of understanding the government's minimum requirements. The proposal is weak in providing sufficient evidence to demonstrate or illustrate its capabilities to perform the anticipated work at an acceptable level of quality. The proposal may contain inconsistencies in addressing the criterion. The proposal may have strengths in meeting a portion of the criterion; however, it is offset by weaknesses and/or deficiencies. Unacceptable (U): The proposal is incomplete in that it does not satisfactorily address the criterion. There is no evidence to illustrate that the firm understands the government's minimum requirements. The proposal lacks evidence to demonstrate or illustrate its capabilities to meet the criterion. The proposal contains inconsistencies, weaknesses, and significant deficiencies. Only applies to Past Performance Acceptable (A). The Offeror lacks past performance information in the Past Performance Information Retrieval System (PPIRS). The intent of this rating is not to penalize the Offeror for no past performance as a Prime A-E/contractor. It may have past performance serving as a sub-contractor/consultant. Therefore, the Government will determine the Offeror to have an "Unknown" past performance. In the context of acceptability / unacceptability for past performance, "Unknown" shall be considered "Acceptable." The PRIMARY selection criteria are listed in descending order of importance. Criteria "a." through "e." are considered primary. Criteria "f." through "g." are considered secondary and will only be used as tie-breakers among highly qualified firms that are ranked technically equal using the primary criteria. a. Specialized Experience and Technical Qualifications: (1) The evaluation will consider the extent of the offeror's experience of the prime firm and sub-consultants for the services described in paragraph 2 "Project Information." SF330 requirement(s): A maximum of seven (7) example projects may be submitted for consideration under SF330, Part I, Section F. Example projects should be completed designs within six (6) years of solicitation closing date. Incomplete design projects (less than 100% ready-to-advertise) will not be evaluated. Additional information demonstrating a firm's qualifications may be presented in other sections of the SF330 as appropriate. (2) Experience. Demonstrate experience in accomplishing comprehensive designs as the Designer of Record (DOR) for Design-Bid- Build or Design-Build projects as described in section 2 (Project Information) of this solicitation. Projects of greater scope/complexity and requiring participation of multiple disciplines, including sub-consultants, will be evaluated more favorably. For example, past experience for preparation of complete design-bid-build documents for new infrastructure utilities, grading, roadways for a family housing project will be evaluated more favorably than preparing Design-Build RFP documents for a sidewalk/bikeway project at the same location. Demonstration of prior working relationships between the Prime and sub-consultants, with direct involvement of the Prime firm on past projects, will be evaluated more favorably. The A-E shall specifically identify the approximate amount of work (as a percentage of the total value) contributed by each entity of the firm in regard to the total effort. The basis of evaluation will be the example project(s) presented in SF330, Part I, Section F and supplemental information provided in Section G and H. (3) Quality Management. Design quality control procedures will be evaluated. Firms will be evaluated on their approach to ensure technical quality and accuracy of work products. A firm's approach to resolve issues of quality will be analyzed to determine its ability to provide quality design products. Describe and define the processes of the firm's quality control plan and list, by name and position, all key personnel responsible for its execution. Information describing Quality Management may be presented in SF330, Part I, Section H (Additional Information). (4) Computer-Aided Design (CAD). Ability to prepare A/E/C CAD Standard compliant design drawings in 2D and 3D Civil Information Modeling (CIM) and Building Information Modeling (BIM) with the latest versions of software from Bentley Microstation and Autodesk. Example projects shall state if CIM/BIM was employed in the preparation of drawings. Firms shall narratively describe the firm's team implementation and compliance with A/E/C CAD Standards on previous projects. The basis of evaluation will be the example project(s) presented in SF330, Part I, Section F and information provided in Section H. b. Professional qualifications: The evaluation will consider the education, training, registration and overall relevant experience of the offeror's proposed personnel. The qualifications of personnel will be evaluated to determine the sufficiency of oversight of how task orders will be managed to meet the experience and knowledge for each task order requirement. SF330 requirement: Provide management plan/structure and design quality control procedures within Part I, Section H (Additional Information). Provide a minimum of one (1) individual / up to a maximum of two (2) individuals per discipline for each of the Key Personnel disciplines identified below with the exception of the Civil Engineer discipline, in which a maximum of (4) individuals may be provided. Firms will not be evaluated more favorably for identifying additional Key Personnel beyond the maximums identified here. Identified key personnel will be more highly evaluated if the individual demonstrates longevity with the firm and participated in the Example projects submitted in SF 330 Section F. Use a separate Section E for each individual. Do not generalize professional registrations or certifications, rather provide specific details. All architect/engineer disciplines must be registered in the appropriate professional field. For the purposes of this selection criteria, the use of the term "registered" is defined as a Registered Architect or Professional Engineer registered to practice in the particular discipline in a State, the District of Columbia, or an outlying area of the United States. The Government will evaluate, as appropriate, the registration, education, certifications, overall and relevant project experience, and longevity with the firm. This criterion primarily focuses on the qualifications of the key personnel for the contract and not the quantity of personnel, which is addressed under the "capacity to accomplish the work" criterion. Provide key personnel resumes for the following disciplines: (1) PROJECT MANAGERS (U.S. Registered Architect or Engineer) (2) U.S. REGISTERED ARCHITECTS (3) U.S. REGISTERED STUCTURAL ENGINEERS (4) U.S. REGISTERED CIVIL ENGINEERS (5) U.S. REGISTERED MECHANICAL ENGINEERS (6) U.S. REGISTERED FIRE PROTECTION ENGINEERS (7) U.S. REGISTERED ELECTRICAL ENGINEERS (8) U.S. REGISTERED COMMUNICATION DISTRIBUTION DESIGNERS (RCDD) accredited by Building Industry Consulting Service International (BICSI) and have current active RCCD registration. (9) U.S. REGISTERED GEOTECHNICAL ENGINEERS (10) U.S. REGISTERED ENVIRONMENTAL ENGINEERS (11) U.S. REGISTERED SURVEYORS. Licensed Professional Land Surveyor (LPLS) (12) COST ENGINEER (At least ten (10) years cost estimating experience and be a Certified Cost Consultant (CCC) or Certified Cost Professional (CCP) as certified by the AACE. Demonstrate experience in use of MII software) (13) CAD OPERATORS/TECHNICIANS with experience in CAD and 3D Civil Information Modeling (CIM) and Building Information Modeling (BIM) (14) COMMISSIONING AUTHORITY (CxA) (CxA certification from either AABC, AEE, BCxA, NEBB, TABB, ASHRAE, or University of Wisconsin- Madison. Minimum 5 years CxA experience. (15) CYBERSECURITY ENGINEER (16) CERTIFIED VALUE SPECIALIST (CVS certified) c. Knowledge of Locality: Firms will be evaluated on specific familiarity with the site conditions in Hawaii and the USACE Pacific Ocean Honolulu (POH) Area of Responsibility (AOR). Knowledge of the local conditions, including physical environment, local and applicable engineering criteria/codes/processes of local city/county/state/federal jurisdictions/authorities, and construction market conditions and methods will be evaluated. The following key personnel resumes shall also be evaluated for knowledge of localities: Project Manager, Architectural, Civil, Structural, Mechanical, and Electrical. The A-E shall provide specific information on both the Prime firm's or Joint Venture's (JV) and sub-consultants' local experience and knowledge. The Prime firm's or JV's knowledge of locality will be evaluated more favorably than sub-consultants. The basis of evaluation for this criterion will focus on the information provided in SF330, Part I, Section E (Resume of Key Personnel), Section F (Example Projects), and Section H (Additional Information). Also considered is the firm's Geographic proximity in relation to the location of the work. Firms will be evaluated based on their main office's physical proximity to Hawaii. The Prime firm's or JV's Geographic proximity will be evaluated more favorably than sub-consultants d. Past Performance: (1) The evaluation will consider all past performance of the prime A-E contractor as documented in the Government's Past Performance Information Retrieval System (PPIRS) managed through the Contractor Performance Assessment Reporting System (CPARS). Firms will be evaluated on past performance for quality of work products, compliance to project schedules, and effectiveness of management. Performance evaluations for the Prime firm is considered the most relevant criteria; however, past performance for any significant subconsultants may also be considered. (2) SF330 requirement: Past performance data for example projects presented under Part I, Section F of the SF330 will be considered. Performance evaluations will be queried for all firms. Any credible, documented information on past performance may be submitted, but the Government is not required to seek other information on past performance if none is available through PPIRS. An Offeror may use Past Performance Questionnaires (PPQ) to provide or supplement a firm's past performance. Firms choosing to use the PPQ may obtain a PPQ standard form by submitting a request to POCs indicated in this solicitation. NOTE: if no relevant past performance information is available or the record is so sparse that no meaningful rating can be reasonably assigned, then the Offeror will be given a rating of Neutral and shall not be evaluated neither favorably or unfavorably. e. Capacity to accomplish the work: Demonstrate the firm's experience in completing projects indicated in this solicitation and capacity to perform at two (2) simultaneous task orders (primarily in the POH AOR) and accomplished within the Government's required schedule. Demonstrate ability and available capacity to take on unanticipated additional work. Firms will be evaluated on their capability to perform work based on the information provided in SF330, Part I, Section H (Additional Information) narrative addressing above requirements, and the number of employees listed in Part II General Qualifications. SECONDARY selection criteria, to be used as quote mark tie-breakers quote mark among technically equal firms, are listed in descending order of importance as follows: f. Volume of recent DoD contract awards: Specify the total volume of work awarded to the Offeror within the previous twelve (12) months of this solicitation's closing date. When identifying the total volume of work, include all stand-alone or indefinite delivery contract (IDC) task orders, including modifications, issued by DoD agencies. DO NOT include the potential value of an IDC, nor options which have not been exercised. Present information for this criterion in SF330, Part I, Section H (Additional Information). g. Small Business Participation: Extent of participation of small business (SB), small disadvantaged business (SDB), women-owned small businesses (WOSB), HUBZone small businesses, Veteran Owned small businesses, Service Disabled Veteran Owned Small Businesses, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort. The greater the participation, the greater the consideration. 4. SUBMISSION REQUIREMENTS: Architect-Engineer firms that meet the requirements described in this announcement are invited to submit a Standard Form 330 (one (1) hard copy and one (1) pdf file with searchable text on CD/DVD), no later than July 19, 2021 @ 10:00 AM Hawaii Standard Time. Specific detail regarding the content of the SF330 is provided in the preceding paragraphs. SF330s shall be mailed to US ARMY CORPS OF ENGINEERS, HONOLULU DISTRICT BUILDING 230, OTAKE STREET, ATTN: TRACY TENHOLDER, FORT SHAFTER, HAWAII 96858-5440 -or- hand delivered to BUILDING 252, WALKER DRIVE, ATTN: TRACY TENHOLDER, FORT SHAFTER, OAHU, HAWAII. Request for Proposal No. W9128A-21-R-0015 shall be utilized to solicit a price proposal from the firm selected. This is not a request for a price proposal. a. Standard Form 330 Part I (section A through I), Architect-Engineer Qualifications, Contract-Specific Qualifications for the prime A-E and all proposed sub-consultants. Additional guidance is provided: In Section D, include an Organization Chart to indicate how each entity of the firm (prime, JV partner, and each subcontractor as identified in Section C) integrates into the composite team. In Section E, provide brief resumes of the key personnel that will have technical and/or managerial control of the contract. Resumes must be submitted for each discipline required to meet the minimums stated in paragraph 3. b. In Section G, Block 26, include the entity (prime, JV partner, or subcontractor) and location associated with the individual. The names of all individuals included in the resumes provided in Section E shall be listed in block G-26 along with their entity, location, and role even if example project experience in block G-28 is not applicable. In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3.a, Specialized Experience and Technical Competence. When addressing firm capabilities, clarify planned capability, existing capability and prior experience, if any. Include any other relevant information of why the firm is especially qualified based upon the specific criteria listed in Section 3.a. b. Standard Form 330 Part II, Architect-Engineer Qualifications, General Qualifications (the prime A-E and all proposed sub-consultants must submit current SF 330 Part II). In Block No. 4, Part II, provide the Data Universal Numbering System (DUNS) number issued by the Dun and Bradstreet Information System (1-866-705-5711) for the prime A-E or Joint Venture. The DUNS number must be for the firm or joint venture performing the work (i.e., not the parent company DUNS number, but a DUNS number specifically for the office performing the work. Each branch office and/or joint venture must have their own DUNS number). The SF 330 proposals must be submitted to the specified office no later than the response date/time shown on this announcement. Allow sufficient time for submissions to reach the below specified office by the due date. FACSIMILE SUBMITTALS WILL NOT BE ACCEPTED. Submissions shall be in sealed envelopes or packages (i) addressed to the office specified below, and (ii) show the solicitation number and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information stated in the prior sentence. It is in the offerors interest to follow up by calling the POC to inquire about receipt of their submissions; to consider utilization of door-to-door commercial carriers; and to not wait for the last minute to submit in the event that the original submission is lost and a second submission is necessary. Submittals should be addressed to: U.S. Army Corps of Engineers, Honolulu District ATTN: Contracting Division Building 230 Fort Shafter, Hawaii 96858-5440 Submissions shall not exceed one hundred twenty (120) standard 8.5" x 11" pages. Only numbered pages will be recognized and evaluated. Use fonts no smaller than ten (10)-pitch. Do not repeat information from Sections A-G of the SF330 in Section H. For submissions that exceed one hundred twenty (120) pages, only the first one hundred twenty (120) pages will be considered for evaluation. The 120 page limit applies to the SF330, Part I. SF330, Part II is not counted towards the page limit. CPARS reports and PPQs are not counted in the page limit. Tabs and dividers will not count toward the page limit. This is not a request for proposal. Any questions, requests for explanation or interpretation of this Solicitation must be submitted to the Government point of contacts by 2:00 P.M. Hawaii Standard Time ten (10) calendar days prior to the closing date. As of June 23, 2021, The method of contractor selection has not been determined at this time. *Project information, including timeline and contacts, has been obtained through public sources. The content management team continues to pursue additional details; however, the contact(s) listed have yet to disclose or confirm any information. Inquiries should be directed to the contact(s) listed.

Award

Military

$1,570,417.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

5 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
47
Active Projects
23
Bidding Soon
256
All Active Projects
102
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Sign-up for Instant Access.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

January 19, 2022

img_map_placeholder

Multiple Locations, Honolulu, HI

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.