|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1995 PSA#1289US ARMY ENGR DIST, HONOLULU, CORPS OF ENGINEERS, ROOM 332C, Attn: MS.
SUE KIM, FORT SHAFTER HI 96858-5440 C -- INDEFINITE DELIVERY A-E SVCS (MECH) SOL DACA83-95-R-0011 DUE
033195 POC Mr. Wendell Awada, Technical Manager, (808)438-6940.
Indefinite Delivery Architect-Engineer Services Contract (Mechanical)
for Design of Miscellaneous Projects in the Pacific Basin. Sites of
work will be located primarily in the State of Hawaii but may include
other Pacific Basin locations. Services will be implemented through
individual Delivery Orders, each not to exceed $150,000, with a maximum
contract amount of $400,000 for a one-year period. The Government may,
as an option, extend the contract an additional year at a contract
amount NTE an additional $400,000. The Government obligates itself to
obtain no less than $8,000 in services during the term of the base year
and $4,000 in services during the term of the option year. Firms must
have in-house mechanical capabilities and in-house capabilities or
consultants for the following disciplines: architectural, civil,
electrical, structural, environmental, survey, geotechnical, interior
design, cost estimating, and specifications writing (Corps SPECSINTACT)
associated with design or investigations. Compatibility with specific
computer-aided drafting (CAD) equipment, and format of required CAD
products, is a requirement. SELECTION CRITERIA: See Note 24 for general
selection process. The selection criteria in descending order of
importance are: (a) professional qualifications of the firm's
staff/consultants to be assigned to the projects, (b) specialized
experience of the firm in the design of mechanical repair, renovation,
alteration and upgrade projects, (c) experience in Indefinite Delivery
A-E service contracts, (d) the firm's past performance on DOD and
private sector contracts (cost control, quality of work, compliance
with schedule), (e) capacity of the firm to accomplish work in the
required time (size of firm, workload, etc.), (f) geographical location
and knowledge of the locality of the projects, and (g) - extent of
participation of SB, SDB, historically black colleges and universities,
and minority institutions in the proposed contract team, measured as a
percentage of the estimated effort. Offeror must provide adequate
documentation in blocks 7.g. 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. The selected firm will be required to obtain Defense
Base Act insurance (workman's compensation insurance) for work
performed outside the United States. If a large business is selected
for this contract, it must comply with FAR 52.219-9 regarding the
requirement for subcontracting plan on that part of the work it intends
to subcontract. The subcontracting goals for this contract are that a
minimum of 50% of the contractor's intended subcontract amount be
placed with small business (SB), which includes small disadvantaged
businesses (SDB), and 30% be placed with SDB. 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. Firms
desiring consideration must submit a Standard Form 255 no later than
4:00 p.m., Hawaiian Standard Time, by the due date shown above 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 a completed standard Form 254 for
themselves and their subconsultants, if not already on file with the
Pacific Ocean Division. Submittals will be sent to the address shown
above. Small and disadvantaged firms are encouraged to participate as
prime contractors or as members of joint ventures with other small
businesses. All interested contractors 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. For further information regarding
this proposed acquisition, telephone (808)438-6940. Request for
Proposal No. DACA83-95-R-0011 shall be utilized to solicit a proposal
from the firm selected. This is not a request for a proposal. (0052) Loren Data Corp. http://www.ld.com (SYN# 0037 19950222\C-0016.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|