|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1996 PSA#1668DEPARTMENT OF ARMY, PACIFIC OCEAN DIV, CORPS OF ENGINEERS, ATTN:
CEPOD-CT BLDG S230, FT SHAFTER HI 96858-5440 C -- INDEFINITE DELIVERY ARCHITECT-ENGINEER SERVICES CONTRACT (CIVIL)
FOR MISCELLANEOUS PROJECTS IN THE PACIFIC REGION SOL DACA83-96-R-0058
DUE 092696 POC Contract Specialist RICHARD H. PHILLIPS (808) 438-9700
Project Engineer Harold Nakaoka (808) 438-0021 (Site Code XXCA83)
Indefinite Delivery Architect-Engineer Services Contract (Civil) for
Miscellaneous Projects in the Pacific Region. 1. CONTRACT INFORMATION:
Architect-Engineer (Civil) services procured in accordance with PL
92-582 (Brooks A-E Act) and FAR Part 36, are required for various
military projects within the Pacific Region. An indefinite delivery
contract will be negotiated and awarded with a base period not to
exceed one year and two option periods not to exceed one year each. The
amount of work in each contract period will not exceed approximately
$1,000,000. Work will be issued by negotiated firm fixed-price task
orders. The Government obligates itself to obtain no less than $20,000
in services during the term of the base year and $10,000 in services
during the term of each option year. The Contracting Officer will
consider the following factors on deciding which contractor will be
selected to negotiate an order: performance and quality of deliverables
under the current contract, current capacity to accomplish the order in
the required time, uniquely specialized experience, and equitable
distribution of work among the contractors. The Government may exercise
a contract option before the expiration of the base contract period or
preceding option period if the contract amount for the base period or
preceding option period has been exhausted or nearly exhausted.
Contract award is anticipated in March 1997. This announcement is open
to all businesses regardless of size. The wages and benefits of
service employees (see FAR 22.10) performing under this contract must
be at least equal to those determined by the Department of Labor under
the Service Contract Act. 2. PROJECT INFORMATION: Work includes A-E
services; preparation of plans, specifications, design analysis, and
cost estimates for solicitation of construction bids or proposals for
new construction or major repair/renovation and infrastructure planning
and design and master planning projects. Projects may include the
following facility (facilities): site development, sewage
facilities/systems, water treatment, distribution and storage systems,
storm drainage systems, roads, security structures, electric power
plant/distribution system, central heating and cooling system, site
development and master planning. Selected project designs shall be
developed using the metric system of measurements and utilizing CADD.
Firms must have primary capability in architectural and/or
subconsultants for surveying, architectural, structural, geotechnical,
mechanical, electrical, environmental, cost estimating, and
specification writing. 3. 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 new construction upgrade and
planning projects; (c) the firm's past performance on DoD and private
sector contracts (cost control, quality of work, compliance with
schedule); (d) capacity of the firm to accomplish work in the required
time (size of firm, workload, etc.); (e) knowledge of the locality of
the projects; and (f) 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) participation of SB, SDB, historically black colleges
and universities, and minority institutions on 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. 4. SUBMISSION
REQUIREMENTS: 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 completed Standard
Form 254s for themselves and their subconsultants, if not already on
file with the Pacific Ocean Division. Submittals will be sent to the
following address: U.S. Army Engineer Division, Building 230, Room 202,
Attn: CEPOD-ET-MA (S. Kim), Fort Shafter, Hawaii 96858-5440. 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-0058 shall be utilized to solicit a proposal from the firm
selected. This is not a request for a proposal.(0239) Loren Data Corp. http://www.ld.com (SYN# 0016 19960827\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|