|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1996 PSA#1617U.S. Army Engineer Division, Building 230, ATTN: CEPOD-ET-MA, Fort
Shafter, Hawaii 96858-5440 C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES SOL
DACA83-96-R-0038 DUE 071196 POC Point of Contact, Harold Nakaoka (808)
438-0021. C--Architect-Engineer Services. Indefinite Delivery
Architect-Engineer Services Contract (Electrical) for Design of
Miscellaneous Projects, Various Locations, State of Hawaii, for the
Directorate of Public Works, U.S. Army Garrison, Hawaii. Services will
be implemented through individual Delivery Orders, each not to exceed
$150,000, with a maximum contract amount of $400,000 for a one-year
period. The Government may, as an option, extend the contract an
additional year at a contract amount NTE an additional $400,000. The
Government obligates itself to obtain no less than $8,000 in services
during the term of the base year and $4,000 in services during the term
of the option year. Firms must have primary capabilities in electrical
engineering and/or subconsultants for the following disciplines:
architectural, civil, structural, geotechnical, mechanical,
environmental, cost estimating, and specification writing. Selected
project designs shall be developed using the metric system of
measurements. Compatibility with specific computer-aided drafting (CAD)
equipment, and format of required CAD products, is a requirement.
SELECTION CRITERIA: See Note 24 for general selection process. The
PRIMARY selection criteria in descending order of importance are: (a)
professional qualifications of the firm's staff/consultants to be
assigned to the projects, (b) specialized experience of the firm in the
design of electrical repair, renovation, alteration and upgrade
projects, coastal engineering, and in surveying, (c) experience in
Indefinite Delivery A-E service contracts, (d) the firm's past
performance on DOD and private sector contracts (cost control, quality
of work, compliance with schedule), (e) capacity of the firm to
accomplish work in the required time (size of firm, workload, etc.),
(f) knowledge of the locality of the projects, and (g) demonstrated
success in prescribing the use of recovered materials and achieving
waste reduction and energy efficiency in facility design. The SECONDARY
selection criteria in descending order of importance are: (a) location
of the firm, (b) volume of recent DOD work, and (c) extent of
participation of small business and small disadvantaged business firms,
historically black colleges and universities, and minority institutions
in the proposed contract team, measured as a percentage of the
estimated effort. Offeror must provide adequate documentation in blocks
7g and 10 of the Standard Form 255, Architect-Engineer and Related
Services Questionnaire for Specific Project, to illustrate the extent
of participation of the above-mentioned groups in terms of the
percentage of the total anticipated contract effort. The selected firm,
if a large business firm, must comply with FAR 52.219-9 regarding the
requirement for a subcontracting plan on that part of the work it
intends to subcontract. The subcontracting goals for this contract are
that a minimum of 50% of the contractor's intended subcontract amount
be placed with small business (SB), which includes small disadvantaged
businesses (SDB), and 30% be placed with SDB. The subcontracting plan
is not required with this submittal but the successful large business
firm must submit an acceptable plan before any award can be made. Firms
desiring consideration must submit a Standard Form 255 no later than
4:00 p.m., Hawaiian Standard Time, by the due date shown above or
within thirty (30) calendar days from date of this announcement,
whichever is later. Should the due date fall on a weekend or holiday,
the submittal package will be due the first workday thereafter. All
responding firms must also include a completed Standard Form 254 for
themselves and their subconsultants, if not already on file with the
Pacific Ocean Division. Submittals will be sent to the address shown
above. Small and disadvantaged firms are encouraged to participate as
prime contractors or as members of joint ventures with other small
businesses. All interested contractors are reminded that the successful
contractor will be expected to place subcontracts to the maximum
possible extent with small and disadvantaged firms in accordance with
the provisions of Public Law 95-507. For further information regarding
this proposed acquisition, telephone (808) 438-0021. Request for
Proposal No. DACA83-96-R-0038 shall be utilized to solicit a proposal
from the firm selected. This is not a request for a proposal. (0165) Loren Data Corp. http://www.ld.com (SYN# 0027 19960614\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|