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