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