Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612

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

C -- ARCHITECT-ENGINEER SERVICES FOR FY99 MCON PROJECT P-410, STEAM CONDENSATE RETURN SYSTEM, PUBLIC WORKS CENTER, PEARL HARBOR, HAWAII SOL N62742-96-R-0025 POC Contact Ms. Audrey Y. Mikami, Contract Specialist, (808) 474-9392 Services include, but are not limited to design and engineering services for FY99 MCON Project P-410, Steam Condensate Return System, Public Works Center, Pearl Harbor, Hawaii. This project proposes to construct a steam condensate return system for the existing steam distribution system at Pearl Harbor Naval Shipyard and Naval Station. This system will return condensate, to the boilers at Power Plant No. 2 Building 149. The proposed system consists of condensate receiver units complete with pumps and controls along approximately 39,000 LF of condensate return lines. This project will provide electrical power for the pumps and controls, pits for the receiver units, excavation and backfill for the pits and condensate return lines, supports for under the pier, and cathodic protection for underground condensate lines. 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 $5,000,000 to $10,000,000. Estimated start and completion dates are October 1996 and September 1999, 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 firms and staff proposed in designing steam condensate return systems for Navy facilities, including the design for underground piping in heavily congested industrial/waterfront/Shipyard areas. (2) Specialized recent experience and technical competence of firm or particular staff members in designing steam condensate return systems for Navy facilities, including the design for underground piping in heavily congested industrial/waterfront/Shipyard areas. (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. (0158)

Loren Data Corp. http://www.ld.com (SYN# 0025 19960607\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page