Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 18,1999 PSA#2478

Regional 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