|
COMMERCE BUSINESS DAILY ISSUE OF JULY 10,1995 PSA#1384Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS
NATIONAL SCIENCE FOUNDATION PROJECTS AT ANTARCTICA SOL N62742-95-R-0045
POC Contact Mr. Clifford Sagara, Contract Specialist, (808) 474-6315
Services include, but are not limited to design and engineering
services for the United States Antarctic Program (USAP) under the
National Science Foundation. The work includes the preparation of
planning studies, conceptual plans and cost estimates, and construction
plans and specifications. The work also includes engineering studies
and surveys, specifically energy conservations surveys and third party
reviews for facilities in Antarctica. Personnel traveling to
Antarctica must pass strict medical and dental examinations. If
asbestos or hazardous materials exist, the Architect-Engineer (A-E)
contractor shall identify them and provide for their disposal in the
construction plans and specifications in accordance with applicable
rules and regulations pertaining to such hazardous materials. The
selected A-E may be required to participate in a pre-fee meeting within
seven days of notification and provide a fee proposal within ten days
of the meeting. 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. Each project contracted 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 shall not exceed twelve months or
$250,000.00 total fee, whichever comes first. The Government guarantees
a minimum amount of $12,500.00 for the contract. The Government
reserves the option to extend the contract for an additional year.
There will be no future synopsis in the event the option included in
the contract is exercised. Estimated construction cost of projects are
$50,000.00 to $10,000,000.00. Estimated date of contract award is
October 1995. The following selection evaluation criteria, in relative
order of importance, will be used in the evaluation of A-E firms: (1)
Professional qualifications of firm and staff proposed for design and
engineering services in extremely remote, cold weather locations. (2)
Specialized recent experience and technical competence of firm or
particular staff members in the design and engineering services for
extremely remote, cold weather locations. Energy conservation surveys,
third party reviews, and examples of innovative designs with the use
of state-of-the-art technologies should be addressed. (3) Capacity to
accomplish the work in the required time. (4) Past performance on
contracts with Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules. (5) Architect-Engineer firm's design quality control
practices/techniques. (6) Location in the general geographical area of
the project and knowledge of the locality of the project or some other
extremely remote, cold region; provided, that application of this
criterion leaves an appropriate number of qualified firms, given the
nature and size of the project. (7) The volume of work previously
awarded to the firm by the Department of Defense shall also be
considered, with the object of effecting an equitable distribution of
Department of Defense A-E contracts among qualified A-E firms and firms
that have not had Department of Defense contracts. (8) Use of Small or
Small Disadvantaged or Women-owned Small Business firms shall also be
considered. This prospective contract is a potential 100 percent
set-aside for small business (SB) concerns. The small business size
standard classification is SIC 8712 ($2.5 million in annual receipts).
If adequate interest is not received from qualified SB concerns, this
solicitation will automatically be opened to all firms regardless of
size or concern without further notice. Replies to this notice are,
therefore, requested from all concerns as well as SB concerns. Each
firm's past performance and performance rating(s) will be reviewed
during the evaluation process and can affect the selection outcome. All
A-E firms which meet the requirements described in this announcement
are invited to submit complete, updated Standard Forms 254, Architect
Engineer and Related Services Questionnaire, and 255,
Architect-Engineer and Related Services Questionnaire for Specific
Project, to the office shown above. A-E firms utilized by the prime A-E
must also submit completed Standard Forms 254 and 255. Only one copy of
each form is required. IN BLOCK 10 AND AN ADDENDUM THERETO, IF
NECESSARY, STATE WHY YOUR FIRM IS SPECIALLY QUALIFIED BASED ON EACH OF
THE ABOVE SELECTION EVALUATION CRITERIA. FOR SELECTION EVALUATION
CRITERIA ''(2)'', PROVIDE THE FOLLOWING INFORMATION FOR ONLY THE STAFF
PROPOSED FOR THIS WORK USING THESE COLUMN HEADINGS: ''NAME'',
''RELATED PROJECTS WORKED ON'', ''YEAR'', ''FIRM'', AND ''TECHNICAL
ROLE''. Show the office location where work will be done and describe
the experience and location of those that will do the work. Firms
responding to this announcement within 30 days from publication date
will be considered. Firms must submit forms to the Contracts Department
by 2:00 p.m. HST, on the closing date. Should the due date fall on a
weekend or holiday, Standard Forms 254 and 255 will be due the first
workday thereafter. This is not a request for a proposal. See Note 24.
(0187) Loren Data Corp. http://www.ld.com (SYN# 0024 19950707\C-0014.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|