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