|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21,1997 PSA#1787Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg. 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR VARIOUS PETROLEUM FUEL FACILITIES
PROJECTS, VARIOUS LOCATIONS IN PACNAVFACENGCOM AREAS, ALASKA, AND
NORTHWEST UNITED STATES SOL N62742-97-R-0007 DUE 032097 POC Contact Mr.
Clifford A. Sagara, Contract Specialist, (808) 474-6315 Services
include, but are not limited to design and engineering services for
repairs, replacement, maintenance, and construction of POL facilities.
Projects include above and underground storage facilities,
distribution systems, receiving facilities, dispensing facilities, and
aircraft refueling facilities. Mechanical and structural engineering
services with associated multi-discipline architectural-engineering
support services are anticipated. These may include all or part of the
following: preparation of technical reports, including conducting
engineering investigations and concepts studies; evaluation,
assessments and design of POL facilities, tanks, and pipelines;
construction cost estimates; shop drawing reviews; construction
consultations; construction inspection; operations and maintenance
manuals; and preparations of record drawings. Solicitation is primarily
for design of U.S. Air Force POL System in Alaska & Northwest United
States. 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. 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 $3,000,000
total fee, whichever comes first. A-E fee per project shall not exceed
$1,300,000 per project. The government guarantees a minimum amount of
$25,000. The Government reserves the option to extend the contract for
an additional four years for a total of five years. There will be no
future synopsis in the event the options included in the contract are
exercised. Estimated construction cost of projects are over
$10,000,000. Estimated date of contract award is May 1997. 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 for engineering
investigations and design of military (IE U.S. Air Force) fuel
distribution, storage and dispensing storage systems and facilities.
(2) Specialized recent experience and technical competence of firm or
particular staff members in engineering investigations and design of
military (IE U.S. Air Force) fuel distribution, storage and dispensing
systems and facilities. (3) Past performance on contracts with
Government agencies and private industry in termsof 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 designs. (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 fees 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 an 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, the Standard Forms
254 and 255 will be due the first workday thereafter. This is not a
request for a proposal. (0050) Loren Data Corp. http://www.ld.com (SYN# 0022 19970221\C-0006.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|