|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1999 PSA#2478Regional Officer in Charge of Contracts, Pearl Harbor,
NAVFACENGCOM(R115), 4262 Radford Drive, Honolulu, HI 96818-3296 C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR
VARIOUS MECHANICAL SOL N62742-00-R-0001 POC Contact Ms. Donna
Matsuura, Contract Specialist, (808) 474-6321 or Mr. Melvin Yoshimura,
Contracting Officer, (808) 474-5406 Services include, but are not
limited to design and engineering services for various mechanical
services with associated multi-discipline architect-engineering support
services for various locations, Pacific Division, Naval Facilities
Engineering Command (PACNAVFACENGCOM) areas. In general, services shall
include but not limited to the following: investigations and concept
studies, preparation of preliminary and final plans, specifications and
cost estimates, shop drawings reviews, construction consultation,
operation and maintenance manuals, and preparation of record drawings.
Projects may involve new construction and repair/replacement of
mechanical engineering systems in facilities including but not limited
to the following: ventilation, air-conditioning, refrigeration,
plumbing and industrial waste, steam, and compressed gas systems. If
asbestos or hazardous materials exist, the Architect-Engineer (A-E)
shall identify them and provide for their disposal in the required
documents 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 will be a firm fixed price A-E Task Order. 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 $2,000,000
total fee, whichever comes first. A-E fee per project shall not exceed
$900,000. The Government guarantees a minimum amount of $25,000 for
the contract. 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 an additional year. There will be no future synopsis in the event
the options included in the contract are exercised. Estimated date of
contract award is February 2000. 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 ventilation, air-conditioning,
refrigeration, plumbing, and industrial waste, steam and compressed gas
systems. (2) Specialized recent experience and technical competence of
firm or particular staff members for engineering investigations and
design of ventilation, air-conditioning, refrigeration, plumbing, and
industrial waste, steam and compressed gas systems. (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) Experience in sustainable design and quality control
program. (6) 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. (7) 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. (8) Extent to
which firms identify and commit to small business (SB), small
disadvantaged business (SDB), women-owned small business (WOSB),
historically black college or university and minority institution
(HBCU/MI) performance of the contract, whether as a joint venture,
teaming arrangement, or subcontractor. Allfirms shall address their
planned use of and past performance in the use of SB, SDB, WOSB, and
HBCU/MI in Block 10 of the SF255. The statutory Government wide goals
for the total value of all prime contract awards per fiscal year are
23% to SB, 5% to SDB, 5% to WOSB, and 5% to HBCU/MI. Identify the name,
business size, and the extent of participation (based on the total
estimated contract value) of each firm to perform work under the
proposed contract. The extent of participation shall be based on the
following assumptions: 30% for mechanical, 15% for structural, 15% for
architectural, 15% for civil/environmental, 15% for electrical, 5% for
fire protection and 5% for all others. Firms should also provide
documentation showing past performance in the use of SB, SDB, WOSB and
HBCU/MI. Documentation may include SBA awards, final Subcontracting
Reports for Individual Contracts (SF 294), SBA evaluations, compliance
reviews, or existing/pending mentor-protege agreements. Large Business
firms who are short-listed will be required to submit a subcontracting
plan prior to be interviewed. Each firm's past performance and
performance rating(s) will be reviewed during the evaluation process
and can affect the selection outcome. The selected firm, its
subsidiaries or affiliates which design or prepare specifications for
a construction contract cannot provide the construction services for
the same contract. This includes concept design, which includes
preparation of project programming documents (DD1391), facility siting
studies, environmental assessments, or other activities that result in
identification of project scope and cost. The A-E firm and consultants
selected for this contract will be required to perform throughout the
contract term. The contract requires that the selected firm have
on-line access to email via the Internet for exchange of
correspondence/information. 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, the Standard Forms 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. Posted 11/16/99 (W-SN401248). (0320) Loren Data Corp. http://www.ld.com (SYN# 0016 19991118\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|