Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1996 PSA#1577

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

C -- ARCHITECT-ENGINEER SERVICES FOR ELECTRICAL PROJECTS AT VARIOUS PACNAVFACENGCOM AREAS SOL N62742-96-R-0015 POC Contact Ms. Donna Matsuura, Contract Specialist, (808) 474-6321 Services include, but are not limited to design and engineering services for various electrical projects with associated multi-discipline architect-engineering support services. The services may include but are not limited to engineering studies; preparation of plans, specifications, cost estimates, and parametric cost estimates; as-built drawings; and post construction services. Projects may involve new construction, alteration, repair, and installation of electrical facilities and systems. 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. 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 $1,000,000 total fee, whichever comes first. The Government guarantees a minimum amount of $25,000. The Government reserves the option to extend the contract for an additional year. There will be no future synopsis in the event the options included in the contract are exercised. Estimated date of contract award is June 96. Selection 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 for the design of new construction, alteration, repair, and installation of electrical facilities and systems in the Pacific basin region and/or Tropical Environment. (2) Specialized recent experience and technical competence of firm of particular staff members in the design of new construction, alteration, repair, and installation of electrical facilities and systems in the Pacific basin region and/or Tropical Environment. (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 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. All A-E firms which meet the requirements described in this announcement are invited to submit complete, updated Standard Forms 254, A-E and Related Services Questionnaire, and 255, A-E 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 ABOVE SELECTION EVALUATION CRITERIA. FOR SELECTION EVALUATION CRITERION ''(2)'', PROVIDE FOLLOWING INFORMATION FOR ONLY 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 Form 254 and 255 will be due the first workday thereafter. This is not a request for a proposal. (0108)

Loren Data Corp. http://www.ld.com (SYN# 0019 19960418\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page