|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,1995 PSA#1323Contracting Office, USPFO for Hawaii, 4208 Diamond Head Road, Honolulu,
HI 96816-4495 C -- FURNISH ARCHITECTURAL AND DESIGN SERVICES FOR AN INDEFINITE
DELIVERY CONTRACT FOR THE HAWAII AIR NATIONAL GUARD, HICKAM AIR FORCE
BASE, HAWAII Sol DAHA50-95-R-0003. Contact CW2 Rod Correa, Contracting
Officer, (808) 735-0315. Architect-Engineer Services. Multi-Discipline
Architect-Engineer Services for Maintenance, Repair, Alteration and
Construction projects for the Hawaii Air National Guard located at
Hickam Air Force Base, HI and throughout the state. Scope of Work
includes but is not limited to field investigation, preparation of
construction drawings, technical specifications, detail cost estimates,
reproduction of bid documents, review of construction submittals and
construction inspection. The work will be required on an ``as needed''
basis for a period of 12 months with an option to renew for another 12
months. Delivery orders shall be issued against the contract and shall
not exceed $150,000.00 per delivery order with a guarantee fee of
$5,000.00. Delivery orders shall not exceed the cumulative amount of
$750,000.00. The fee to be charged for the performance of orders placed
against the basic contract will be negotiated rates for direct labor,
general and administrative (G&A) expenses, overhead and profit. A-E
firms are invited to submit SF 254's and 255's to the office of the
United States Property and Fiscal Officer for Hawaii, 4208 Diamond Head
Road, Honolulu, Hawaii 96816-4495 within 30 days of this announcement.
The Department of Defense policy for selection of Architect-Engineer
firms is not based upon competitive bidding procedures, but rather upon
the professional qualifications necessary for the satisfactory
performance of the professional services required. Selection of the A/E
firm will be based on the following factors: (1) Professional
qualifications of the A/E firm in architectural, mechanical,
electrical, structural and civil engineers. (2) Specialized experience
of the firm in the type of work to be performed. (3) Capacity of the
firm to accomplish the work in the required time. (4) Past performance
of the firm with respect to previous Government Contracts. (5)
Location of the firm in the relation to the geographical location of
the project, provided there is an appropriate number of qualified firms
therein for consideration. (6) Volume of work previously awarded by the
Department of Defense (DOD), with the object of effecting an equitable
distribution of contracts among qualified A/E firms including
minority-owned firms and firms that have not had prior Department of
Defense contracts. This is not a request for a proposal. Firms
responding to this announcement within 30 calendar days after
publication in the Commerce Business Daily will be considered. (100) Loren Data Corp. http://www.ld.com (SYN# 0021 19950411\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|