Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1996 PSA#1521

Commander, Pacific Division, Naval Facilities Engineering Command, Contracts Department, Building 258, Pearl Harbor, HI 96860-7300 (Code 0211)

C -- ARCHITECT-ENGINEER SERVICES FOR FY99 BRACON IV PROJECT P-411U, METEOROLOGICAL BUILDING ADDITION, NAVPACMETOCCEN PEARL HARBOR, HAWAII SOL N62742-96-R-0005 POC Contact Ms. Judy Wong, Contract Specialist, (808) 474-1402 Services include, but are not limited to, design and engineering services for the preparation of final plans, specifications, and cost estimates to provide for the construction of a reinforced concrete building addition to the existing Naval Pacific Meteorological and Oceanography Center (NAVPACMETOCCEN) facility, Building 398, Makalapa to accommodate the relocation of the Joint Typhoon Warning Center (JTWC). Scope includes construction of administration/office spaces and Sensitive Compartmented Information Facility (SCIF). The addition will be a single story structure with reinforced concrete foundations, slabs, beams, walls and roof. This project provides air conditioning; ventilation system; fire protection and alarm systems; electrical power, lighting, and telephone systems; handicap accessibility; grounding systems; asphalt-compacted pavement; building shielding; lighting protection systems; site work; supporting utilities; and relocating drainage lines. 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. Initial design and engineering services include preparation of project engineering documents. Follow-on phases may include the preparation of preliminary design documents; preparation of final design; post-construction award services; construction surveillance and inspection services; and operational and maintenance support information services. Estimated construction cost is $1,000,000 to $10,000,000. Estimated start and completion dates are April 1996 and March 2002, respectively, including review periods. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. 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 in the design of electronic equipment, communication and/or Sensitive Compartmented Information Facility (SCIF) in the Pacific basin region and/or Tropical Environment. (2) Specialized recent experience and technical competence of firm or particular staff members in the design of electronic equipment, communication and/or Sensitive Compartmented Information Facility (SCIF) in the Pacific basin region and/or Tropical Environment. (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (4) Capacity to accomplish the work in the required time. (5) A-E firm's design quality control practices/techniques. (6) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. (7) 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, given the nature and size of the project. (8) 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. (9) Use of Small or Small Disadvantaged or Women-owned Small Business firms shall also be considered. Subcontracting Plan is required from large business firms with proposed fee of over $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 highly 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. 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. (0029)

Loren Data Corp. http://www.ld.com (SYN# 0017 19960130\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page