Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 28,1996 PSA#1668

DEPARTMENT 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 (ARCHITECTURAL) FOR MISCELLANEOUS PROJECTS IN THE PACIFIC REGION SOL DACA83-96-R-0059 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 (Architectural) for Miscellaneous Projects in the Pacific Region. 1. CONTRACT INFORMATION: Architect-Engineer (Architectural) 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 the option year. The Contracting Officer will consider the following factors in 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 these contracts must be at least equal to those determined y 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 projects and master planning projects. Projects may include the following facility (facilities): communication building, operation building, training facility, maintenance, storage, administration, family housing, unaccompanied personnel housing, dining facilities, community support facilities, schools, clinics, and facilities 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, civil, structural, geotechnical, mechanical, electrical, environmental, cost estimating, and specification writing. 3. SELECTION CRITERIA: See Note 24 for the 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 repair, renovation, alteration, 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 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 group 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-0059 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# 0017 19960827\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page