|
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 -- DESIGN AND ENGINEERING SERVICES FOR VALUE ENGINEERING STUDIES FOR
VARIOUS PROJECTS IN ALL AREAS UNDER COGNIZANCE OF PACIFIC DIVISION,
NAVAL FACILITIES ENGINEERING COMMAND SOL N62742-96-R-0004 POC Contact
Danny Lau, Contract Specialist, (808) 474-9392 Services include, but
are not limited to engineering services for value engineering and
functional analysis concept development studies on a variety of
military facilities in the Pacific Area. 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 afterwards. 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 $250,000 total fee, whichever comes first.
The Government guarantees a minimum amount of $12,500. 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 construction cost range of
projects is $5,000 to $2,000,000. Estimated date of contract award is
April 96. Selections may be subject to an advisory audit performed by
the Defense Contract Audit Agency. The following guidelines, in
relative order of importance, will be used in the evaluation of A-E
firms: (1) Professional qualifications of firm and staff proposed for
conducting value engineering and Functional Analysis Concept
Development (FACD) studies including the requirement that the team
leader be certified as a value specialist by the Society of American
Value Engineers. (2) Specialized recent experience and technical
competence of firm or particular staff members in conducting value
engineering and Functional Analysis Concept Development (FACD) studies
including the requirement that the team leader be certified as a value
specialist by the Society of American Value Engineers. (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 projects;
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, including small and small disadvantaged business
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
firms, 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 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. We need only one copy of
all forms. 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 THE 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.
See Note 24. This is not a request for a proposal. (0058) Loren Data Corp. http://www.ld.com (SYN# 0025 19960228\C-0011.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|