Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 3, 2000 PSA #2720
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES TO PREPARE PLANS AND SPECIFICATIONS FOR CIVIL/ENVIRONMENTAL PROJECTS, VARIOUS PACNAVFACENGCOM AREAS

Notice Date
November 1, 2000
Contracting Office
Pacific Division, NAVFACENGCOM (ACQ0243), Architect-Engineer Contracts Branch, 4262 Radford Drive, Honolulu, HI 96818-3296
ZIP Code
96818-3296
Solicitation Number
N62742-01-R-0001
Point of Contact
Contact Ms. Carol Tanaka, Contract Specialist, (808) 474-6322, or Mr. Melvin Yoshimura, Contracting Officer, (808) 474-5406
Description
Services include, but are not limited to design and engineering services for various civil/environmental-engineering services with associated multi-discipline architect-engineering support services. The services may include but are not limited to preparation of technical reports including conducting engineering investigations and concept studies; project engineering documentation; preliminary and final design plans and specifications; construction cost estimates; operations and maintenance manuals; record drawings; monitoring of underground storage tank removal and test holes/testing of soils for contaminants. Project involves new construction, site work, landscaping, repair and maintenance of water treatment/distribution, drainage and sewage collection/treatment disposal systems in various PACNAVFACENGCOM locations. 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. This prospective contract is a 100 percent set-aside for small business (SB) concerns. The small business size standard classification is NAICS 5413 (PREV. SIC 8712) ($4.0 million in annual receipts). 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. Each project will be a firm fixed price task order. The Government will determine the task order amount by using rates negotiated under the contract and by negotiating the effort required to perform the particular project. The contract shall not exceed twelve months or $1,500,000 total fee, whichever comes first. A-E fee per project shall not exceed $900,000. The Government guarantees a minimum amount of $10,000 for the contract. The Government reserves the option to extend the contract for two additional years. There will be no future synopsis in the event the options included in the contract are exercised. Estimated date of contract award is January 2001. 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 designing wastewater/potable water collection and treatment system, site development including roadways and drainage systems, and solid/hazardous waste collection and disposal systems including subsurface environmental investigations and designing in the Pacific basins and/or tropical environments similar to Hawaii and Guam. (2) Specialized recent experience and technical competence of firm or particular staff membersin proposed for designing wastewater/potable water collection and treatment syste, site development including roadways and drainage systems, and solid/hazardous waste collection and disposal systems including subsurface environmental investigations and designing in the Pacific basins and/or tropical environments similar to Hawaii and Guam. (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) 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. 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 OF THE SF255, INCLUDE A SUMMARY OF QUALIFICATIONS IN NARRATIVE DISCUSSION ADDRESSING EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. IF NECESSARY, CONTINUE ON PLAIN BOND PAPER. For selection evaluation criteria "(3)", the government will also evaluate each firm's past performance and performance rating(s) from the architect-engineer contract administration support system (ACASS) during the evaluation process which can affect the selection outcome. Small Disadvantaged Businesses must obtain formal certification from the Small Business Administration to receive contract evaluation benefits reserved for Small Disadvantaged Businesses. Small Disadvantaged Businesses: Contact your local Small Business Administration (SBA) representative for information on the certification program or visit the SBA agency's web site at http://www.sba.gov/sdb. Prime Contractors: To determine whether a prospective subcontractor is a certified small disadvantaged business, access SBA agency's on-line database, PRO-Net website at http://www.pro-net.sba.gov. Firms responding to this announcement within 30 days from publication date will be considered. Firms must submit forms to PACIFIC DIVISION, NAVFACENGCOM (ACQ0243), Architect-Engineer Contracts Branch 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.
Record
Loren Data Corp. 20001103/CSOL007.HTM (W-306 SN5057A8)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on November 1, 2000 by Loren Data Corp. -- info@ld.com