Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1996 PSA#1618

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

C -- ARCHITECT-ENGINEER SERVICES FOR AN INDEFINITE QUANTITY CONTRACT FOR PREPARATION OF PLANNING DOCUMENTS AND RELATED TECHNICAL SERVICES FOR PROJECTS AND ACTIVITIES AT VARIOUS LOCATIONS, PACIFIC AREA SOL N62742-96-R-0023 POC Contact Ms. Donna Matsuura, Contract Specialist, (808) 474-6321 Services include, but are not limited to the preparation of original and update of master plans, regional profiles, capital improvement plans, air installations compatible use zones (AICUZ) studies, military construction project write-ups on DD Form 1391s, special planning studies, engineering evaluations (EEs), development of basic facility requirements (BFRs) and economic analysis, environmental studies, civil engineer support plans, land inventory analysis, studies and visual presentations, and graphics and manuscript preparation related thereto. The work may also include the production of planning documents and studies in a multimedia electronic data base, including CAD/GIS Mapping. Field verification survey work may also be an ancillary part of the planning process. Planning projects may include those for other U.S. military commands in the Pacific Area in addition to those of the U.S. Navy. The A-E may be required to handle classified material during the course of work. The firm will be required to obtain a security classification of SECRET. 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 $1,000,000.00 total fee, whichever comes first. The Government guarantees a minimum amount of $25,000.00. 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 September 1996. 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 in the field of master planning and U.S. Navy facilities planning in the Pacific Area. (2) Specialized recent experience and technical competence of firm or particular staff members in the field of master planning and U.S. Navy facilities planning in the Pacific Area. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Architect-Engineer firm's design quality control practices/techniques. (6) 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. (7) 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. (8) 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, 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. (0166)

Loren Data Corp. http://www.ld.com (SYN# 0024 19960617\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page