|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 29,1996 PSA#1541Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR AN INDEFINITE QUANTITY CONTRACT
FOR VARIOUS HOUSING PROJECTS IN THE PACIFIC DIVISION, NAVAL FACILITIES
ENGINEERING COMMAND AREAS SOL N62742-96-R-0009 POC Contact Judy Wong,
Contract Specialist, (808) 474-1402 Services include, but are not
limited to design and engineering services for preparation of
engineering studies, Comprehensive Neighborhood of Excellence Plans
(CNP), Site Engineering Investigation (SEI) or final plans,
specifications and cost estimates for various housing repairs or
improvement projects in the Pacific Division, Naval Facilities
Engineering Command, Areas of responsibility. The CNP is a
comprehensive master plan for the housing area which identifies
deficiencies, identifies requirements for wholehouse revitalization and
site improvements, and provides a phased multi-year program for
implementation. Wholehouse revitalization projects include renovation,
improvements and repair in order to bring the family housing unit in
comformance with the neighborhood of excellence plan to ensure an
interesting, attractive, and liveable residential environment. Work
includes but are not limited to landscaping, community planning,
neighborhood site repairs and improvements, exterior and interior
building repairs and improvements, survey and plans to eliminate
hazardous materials, renovations of kitchens and bathrooms, replacing
all old electrical wiring, and providing fire protection systems. The
Architect-Engineer (A-E) contractor shall identify asbestos and all
hazardous materials 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 agree on the amount.
Each project contract 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 contract shall not exceed twelve months or $1,000,000
total fee, whichever comes first.The Government guarantees a minimum
amount of $25,000. The Government reserves the option to extend the
contract for an additional year. There will be no future synopsis in
the event the options included in the contract are exercised. Estimated
construction cost range of the projects are up to $10,000,000.
Estimated date of contract award is July 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 in designing
Navy family housing, Department of Defense family housing, and/or
private sector housing renovations, repairs, and improvements in
tropical environments similar to Hawaii and Guam. (2) Specialized
recent experience and technical competence of firm or particular staff
members in designing Navy family housing, Department of Defense family
housing, and/or private sector housing renovations, repairs, and
improvements in tropical enviromnents similar to Hawaii and Guam. (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. 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. (0058) Loren Data Corp. http://www.ld.com (SYN# 0021 19960228\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|