|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1995 PSA#1431Commanding Officer, Navy Public Works Center, Naval Facilities
Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470
(Code 220) C -- DESIGN AND ENGINEERING SERVICES FOR PREPARATION OF PLANS AND
SPECIFICATIONS FOR VARIOUS STRUCTURAL PROJECTS ON OAHU, HAWAII SOL
N62755-95-R-0912 DUE 092995. POC J. Shimoda, 808/474-1513/Contracting
Officer, A. Yuen, 808/474-1513. This solicitation is for design and
engineering services for Alterations and Repairs to Naval Industrial
Facilities, Administrative Facilities, Wharfs, Piers and Waterfront
Structures. The contract is an indefinite-quantity type contract. The
Government will issue delivery orders for projects on an ``as-needed''
basis during the life of the contract providing the Government and
Contractor agree on the amount. We will determine the delivery order
amount by using rates negotiated prior to contract award and the
negotiated effort needed to perform the particular project. We may
include with the delivery order an amount for post construction award
services. These services generally will involve but are not limited to
review of construction contractor submittals, preparation of as-built
drawings, and office and site consultation services. We will normally
not require post construction award services more than 18 months after
completion of the design. The project scope(s) may require evaluation
and definition of asbestos materials, toxic waste disposition and/or
pollution control work. Firms must accept the aforementioned as a part
of their contract responsibility. The contract requires that all
construction contracts specifications be prepared using the SPECSINTACT
system. While the contract will typically involve projects requiring
the services of a registered structural engineer, multi-discipline
projects requiring the firm to use subconsultants are possible. The
contract shall not exceed 12 months or $250,000 total contract price,
whichever comes first. The Government guarantees a minimum contract
amount of $12,500. Should an impasse on price occur over the initial
and subsequent projects, the Government will apply the dollar value of
the government estimate for that project or projects towards the
minimum guarantee. We may order a single project or group of projects
under one delivery order. The total price of a delivery order with
multiple projects will not exceed $200,000 including any options. The
contract contains an option to extend the contract for an additional
year. The limits and time restrictions of the base year apply to the
option year. Should the Government exercise this option, the Government
will issue a preliminary notice of its intent to extend before the
contract expires. The Government reserves the right to modify projects
incorporated into this contract beyond the expiration date of the
contract as an in-scope change to the contract. If the Government
requires the modification within one year after the contract expiration
date, the Government will negotiate the effort required using the
negotiated base or option year rates, whichever is most recent at the
time. For modification of projects after one year from the contract
expiration date, the Government will negotiate an equitable adjustment.
The projects may require performance of services at a later date as a
phase or option. We will use options to order additional services at a
price agreed prior to the delivery order award. We will generally use
phases when it is impractical to definitize the full scope of project
requirements at the time of the delivery order award. We will
definitize and negotiate a price for the phase at a later date and
modify the delivery order by supplemental agreement. Estimated
construction cost range of projects is $25,000 to $1,000,000. Estimated
contract award is 1 May 1996. We will use the following selection
criteria, in relative order of importance, to evaluate and select
qualified architect-engineer (A-E) firms. (1) Professional
qualifications of firm and staff proposed for performance of required
services. (2) Specialized recent experience and technical competence of
firm or particular staff members in structural engineering design
involving buildings repairs, wharf/pier repairs and waterfront
structure repairs including underwater inspection. (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) A-E firm's design quality control practices/techniques.
(6) Location in the general geographical area of the project and
knowledge of the locality of the projects; 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,
including small and small disadvantaged business firms, and firms that
have not had Department of Defense contracts. This prospective
contract is a potential 100 percent set-aside from small business (SB)
concerns. If the Government does not receive adequate interest from
qualified SB concerns, this solicitation will automatically open to all
firms regardless of size or concern without further notice. All
concerns as well as SB concerns interested in this solicitation should
respond. A-E firms meeting the requirements described in this
announcement must 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's subconsultants must also
submit completed Standard Forms 254 and 255. Responding FIRMS SHALL
SPECIFICALLY ADDRESS ALL OF the listed selection criteria so the
Government can properly evaluate the qualifications of firms APPLYING.
FAILURE TO ADDRESS ALL THE CRITERIA may be GROUNDS FOR NON-SELECTION.
We need only one copy of all forms. Clearly show the office location
where you will do the work and the experience of those that will do the
work and their location. Submit forms to this office by 2:00 p.m. HST
on 10 October 1995. See Note 24. This is not a request for a proposal.
(254) Loren Data Corp. http://www.ld.com (SYN# 0018 19950913\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|