Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1996 PSA#1561

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

C -- ARCHITECT-ENGINEER SERVICES FOR FY98/99 MCON PROJECTS P-001/001A BACHELOR ENLISTED QUARTERS FACILITIES, NAVAL SECURITY GROUP ACTIVITY (NSGA) KUNIA, HI SOL N62742-96-R-0014 POC Contact Danny Lau, Contract Specialist, (808) 474-9392 Services include, but are not limited to design and engineering services for construction of two permanent multi-story reinforced concrete and masonry buildings to provide bachelor enlisted quarters space for Naval personnel. This project will provide 147 living units with common bathrooms for shared occupancy by two enlisted (E1-E4) personnel, and 183 single occupancy (E5-E9) units with private baths. Each unit will have a kitchen and a walk-in closet. Common areas will include lounges, laundry, storage, housekeeping, quarterdeck/office space, and public restrooms. Mechanical systems will include elevators, fire sprinklers, and central air conditioning. Electrical equipment includes a transformer station. Supporting facilities include utility connections (water, sewer, electrical, telephone, and cable television), and relocation of existing utility lines. Site improvements will include existing road widening with associated traffic signal at the intersection of Lyman and Kunia roads and relocation of the Lyman road vehicle weigh station, landscaping, paved parking lots, covered bicycle parking, basketball courts, access road and walkways. Construction will be done in two phases. 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. Initial design and engineering services include preparation of cost certification and/or 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; operational and maintenance support information services. Estimated construction cost $20,000,000.00 to $50,000,000.00. Estimated start and completion dates are 1 AUG 1996 and 1 AUG 1997, 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 for designing bachelor quarters, apartments, dormitories, or similar facilities in tropical environments similar to Hawaii or Guam. (2) Specialized recent experience and technical competence of firm or particular staff members in for designing bachelor quarters apartments, dormitories, or similar facilities in tropical environments similar to Hawaii or 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) A-E 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 a proposed fee of over $500,000.00. 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. (0086)

Loren Data Corp. http://www.ld.com (SYN# 0024 19960327\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page