Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1996 PSA#1564

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

C -- ARCHITECT-ENGINEER SERVICES FOR COMPREHENSIVE NEIGHBORHOOD PLANS (CNP) FOR NAVYHOUSING ON OAHU, NAVY PUBLIC WORKS CENTER, PEARL HARBOR, HAWAII SOL N62742-96-R-0013 POC Contact Erik S. Torngren, Contract Specialist, (808) 474-4554 Services include, but are not limited to architect-engineer services for preparation of a Comprehensive Neighborhood of Excellence Plans (CNP). CNP is a plan that encompasses all Military Family Housing areas that are owned and operated by the Navy and the Marines. The Navy/Marine Corps currently has 7,166 family housing units located in 28 distinct housing areas. Key features of the CNP are the identification of deficiencies within each distinct housing area, a comprehensive and conceptual master plan for the revitalization of family housing facilities, and a phased, multi-year program for implementation. Wholehouse revitalization projects include renovation, improvements and repair to bring the family housing unit in conformance with the neighborhood of excellence goal to ensure an interesting, attractive and liveable residential enviroment in accordance with MIL-HDBK-1035. Work includes, but is not limited to, landscaping, community planning, neighborhood site improvements, interior building repairs,identification and construction plans to eliminate hazardous waste, 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 prepared 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. Estimated start and completion date are Jun 96 and Sept 98, respectively, including review periods. Selection 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 development of Navy family housing communities, Department of Defense family housing communities and/or development of other Government agencies or private/commercial residential housing in tropical environments similar to Hawaii and Guam. (2) Specialized recent experience and technical competence of firm or particular staff members in development of Navy family housing communities, Department of Defense family housing communities, and/or development of other Government agencies or private/commercial residential housing in tropical environments 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) 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 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. (0089)

Loren Data Corp. http://www.ld.com (SYN# 0032 19960401\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page