|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1998 PSA#2014Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, 4262 Radford Drive, Honolulu, HI 96818-3296 (Code
0211) C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS
NATIONAL SCIENCE FOUNDATION PROJECTS AT ANTARCTICA AND CHRISTCHURCH,
NEW ZEALAND SOL N62742-98-R-0004 POC Contact Ms. Rika Delaunay,
Contract Specialist, (808) 474-1402 Services include, but are not
limited to design and engineering services for the United States
Antarctica Program (USAP) under the National Science Foundation. The
work includes the preparation of planning studies, conceptual plans and
cost estimates and construction plans and specifications. The work also
includes engineering studies and surveys, specifically energy
conservations surveys and third party reviews for facilities in
Antarctica. Personnel traveling to Antarctica must pass strict medical
and dental examinations. 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 $1,000,000
total fee, whichever comes first. A-E fee per project shall not exceed
$400,000. The Government guarantees a minimum amount of $25,000.
Should an impasse on price occur over the initial and subsequent
projects, the Government will apply the dollar value of the Government
estimate for that project or projects towards the minimum guarantee.
The Government reserves the options to extend the contract for two
additional one year periods. There will be no future synopsis in the
event the options included in the contract are exercised. Estimated
date of contract award is May 1998. 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 design and
engineering services in extremely remote, cold weather locations. (2)
Specialized recent experience and technical competence of firm or
particular staff members in the design and engineering services for
extremely remote, cold weather locations. Energy conservations surveys,
third party reviews, and examples of innovative designs with the use of
state-of-the-art technologies should be addressed. (3) Past performance
on contracts with Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules. (4) Capacity to accomplish the work in the required time.
(5) Architect-Engineer 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 design.
(7) Location in the general geographical area of the project and
knowledge of the locality of the project or some other extremely
remote, cold region; 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 fee of over $500,000. A-E firms shall address
their planned potential for usage of small business, small
disadvantaged business, women owned small business, historically black
colleges and minority institutions in Block 10 of the SF254. The
subcontracting plan is required to be submitted as part of the A-E's
fee proposal. Each firm's past performance and performance rating(s)
will be reviewed during the evaluation process and can affect the
selection outcome. 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 Form 254 and 255 will be due the first workday thereafter.
Firms having a current SF 254 on file with this office may also be
considered. This is not a request for a proposal. (0015) Loren Data Corp. http://www.ld.com (SYN# 0021 19980120\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|