|
COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1995 PSA#1391Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR ELECTRICAL PROJECTS AT VARIOUS
NAVY AND MARINE CORPS ACTIVITIES, PACIFIC AND INDIAN OCEANS SOL
N62742-95-R-0047 POC Contact Mr. David Hamada, Contract Specialist,
(808) 474-6326 Services include, but are not limited to design and
engineering services for various electrical engineering services with
associated multi-discipline architect-engineering (A-E) support
services. The services generally involve preparation of plans and
specifications for electrical projects such as new
construction/alteration/repair/installation for substations,
generators, interior and exterior electrical facilities, fire alarm
systems, motor controls, interior and exterior lighting systems,
telecommunication, and other miscellaneous electrical/signal systems;
preparation of project documentation and certify-ready-for-design
(CRD); and post-construction award services. 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 can agree on the
amount. Each project will be a firm fixed price A-E Contract. The
Government will determine the delivery order amount by applying the
negotiated rates with the proposed effort required to complete a
particular project. The contract shall not exceed twelve months or
$500,000.00 total fee, which ever comes first. The Government
guarantees a minimum amount of $25,000.00. 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 are
exercised. Estimated construction cost of project is $5,000.00 to
$2,000,000.00. Estimated date of contract award is January 1996.
Proposals may be subject to an advisory audit performed by the Defense
Contract Audit Agency. The following selection evaluation criteria
will be used, in relative order of importance to evaluate A-E firms:
(1) Professional qualifications of firm and staff proposed for the
design of electrical substations, generators, control systems,
telecommunications, and interior and exterior electrical facilities and
systems. (2) Specialized recent experience and technical competence of
firm or particular staff members in the design of electrical
substations, generators, control systems, telecommunication, and
interior and exterior electrical facilities and systems. (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; provided,
that application of this criterion leaves an appropriate number of
qualified firms available, 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 objective 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. Subcontracting Plan is
required from large businesses whose proposed fee exceed $500,000.00.
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 regardless of size or SB concern.
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
CRITERION ''(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.
(0198) Loren Data Corp. http://www.ld.com (SYN# 0031 19950718\C-0017.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|