|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1996 PSA#1521Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS
NAVY ACTIVITIES, PACIFIC AND INDIAN OCEAN AREAS SOL N62742-96-R-0007
POC Contact Clifford Sagara, Contract Specialist, (808) 474-6315
Services include, but are not limited to design and engineering
services for new construction, alterations, repairs of buildings,
structures and minor construction. Services shall also include
preparation of cost estimates, cost certifications,
certify-ready-for-design documents, final plans and specifications,
as-built drawings and post construction services, as required. If
asbestos or hazardous materials exist, the Architect-Engineer (A-E)
contractor shall identify them and provide for their disposal in the
required documents 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 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
basic contract period shall not exceed twelve months or $1,000,000.00
total fee, whichever 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 is exercised. Estimated
date of contract award is March/April 1996. 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 for performance
of design and engineering services for new building construction,
building alterations, renovations and repair type projects. (2)
Specialized recent experience and technical competence of firm or
particular staff members in new building construction, building
alterations and renovations and repair type projects. (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) Architect-Engineer firm's 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. A Subcontracting Plan will be
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. 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.
(0029) Loren Data Corp. http://www.ld.com (SYN# 0018 19960130\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|