|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,1998 PSA#2025Regional Officer in Charge of Contracts, Pacific Division, Naval
Facilities Engineering Command, 4262 Radford Drive, Honolulu, HI
96818-3296 (Code 0211) C -- ARCHITECT-ENGINEER SERVICES FOR INDEFINITE QUANTITY CONTRACT FOR
VARIOUS PETROLEUM FUEL FACILITIES PROJECTS, VARIOUS LOCATIONS
PRIMARILY IN THE HAWAIIAN ISLANDS SOL N62742-98-R-0003 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 and dispensing 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 to include 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.
If asbestos or hazardous materials exist, the Architect-Engineer (A-E)
contractor may be required to identify, evaluate and recommend
alternate methods for disposal in accordance with applicable rules and
regulations. 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 task 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
option 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 construction cost of project is
$25,000 to $10,000,000. Estimated date of contract award is March 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
engineering investigations and design of military fuel distribution and
storage systems and facilities. (2) Specialized recent experience and
technical competence of firm or particular staff members in engineering
investigations and design of military fuel distribution and storage
systems and facilities. (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; 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 SF255. 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. (0030) Loren Data Corp. http://www.ld.com (SYN# 0016 19980204\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|