|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1995 PSA#1481U.S. Army Engineer District, Honolulu, Corps of Engineers, Room 332C,
Attn: Ms. Sue Kim, Fort Shafter, HI 96858-5440 C -- DESIGN OF MISCELLANEOUS PROJECTS SOL DACA83-96-R-0003 DUE 011296
POC Mr. Wendell Awada, Technical Manager, (808)438-6938. Indefinite
Delivery Architect-Engineer Services Contract (Electrical) 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
primary capabilities in electrical and/or sub-consultants for the
following disciplines: architectural, civil, mechanical, structural,
environmental, survey, geotechnical, interior design, cost estimating,
and specifications writing (Corps SPECSINTACT) associated with design
or investigations. Compatability 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 electrical 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) 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, t illustrate the extent of participation of the
above-mentioned groups in terms of the percentage of the total
anticipated contract effort. The selected firm, if a large business
firm, must comply with FAR 52.219-9 regarding the requirement for a
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 the 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. The selected firm will be
required to obtain Defense Base Act insurance (workman's compensation
insurance) for work performed outside the United States. 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)438-6938. Request for Proposal No.
DACA83-96-R-0003 shall be utilized to solicit a proposal from the firm
selected. This is not a request for a proposal. (0333) Loren Data Corp. http://www.ld.com (SYN# 0027 19951130\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|