Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 15, 2001 PSA #2789
SOLICITATIONS

C -- INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES TO PREPARE PLANS AND , VARIOUS PACNAVFACENGCOM AREASPECIFICATIONS FOR BACHELOR QUARTERS AND OTHER ARCHITECTURAL PROJECTSS

Notice Date
February 13, 2001
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-0005 and N62742-01-R-0007 (Set-Aside for Small Business)
Point of Contact
Contact Mr. Clifford Sagara, Contract Specialist, (808) 474-6315 or Mr. Melvin Yoshimura, Contracting Officer, (808) 474-5406
Description
17. The Navy will award two contracts from this solicitation, 1) N62742-01-R-0005 open to all firms and 2) N62742-01-R-0007 for small business concerns only. The description below applies to both prospective contracts, except, for Solicitation No. N62742-01-R-0007. Solicitation No. N62742-01-R-0007 is a 100% set-aside for small business (SB) concerns. The small business size standard classification is NAICS 5413 (Prev. SIC 8712) ($4.0 million in annual receipt). Selection evaluation criteria No. 7, SB/SDB/WOSB/HUBZONE/HBCU/MI and subcontracting plan submittal are not application to this solicitation. FIRMS SUBMITTING APPLICATION FOR CONSIDERATION MUST SPECIFY THE APPLICABLE SOLICITATION NUMBER. Services include, but are not limited to design and engineering services for various bachelor quarters which may include a kitchen, walk-in closet and common areas such as lounges, laundry, storage, housekeeping, quarterdeck/office spaces, and public restrooms. Mechanical systems may include elevators, fire sprinklers and central air conditioning. Electrical equipment may include a transformer station. Supporting facilities may include utility connections (water, sewers, electrical, telephone, and cable television). Other architectural projects may include design and engineering for new construction, alterations, repair of buildings, structures and minor construction of admin/training facilities, family housing, industrial shops, and warehouses. Services shall also include preparation of cost estimates, parametric cost estimate (PCE) documents, final plans and specifications, as-built drawings and post construction services as required. 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. 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 $600,000. 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 construction cost of project is $10,000 to $20,000,000. Estimated date of contract award is June 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 bachelor quarters, apartments, new building construction, building alterations renovations and repair type projects in tropical environments similar to Hawaii and the Pacific Ocean area. (2) Specialized recent experience and technical competence of firm or particular staff members proposed for designing bachelor quarters, apartments, new building construction, building alterations, renovations and repair type projects in tropical environments similar to Hawaii and the Pacific Ocean area. (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) A-E experience in sustainable design and quality control practices/techniques. (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) Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZoneSB), and historically black college or university and minority institution (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. (8) 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. For selection criteria "(7)", the Government will evaluate firms by the government wide goals, therefore, offeror should identify each firm (prime and subs) by name, discipline, and size status. In addition, the offeror should provide information on past performance on the use of SB, SDB, etc. and/or any awards received for outstanding support of SB, SDB, WOSB, HUBZoneSB, and HBCU/MI or other documentation. Documentation may include SBA awards, final subcontracting reports for individual contracts (SF294), copies of performance evaluations on the implementation of subcontracting plans or periodic compliance reviews, and/or information on existing or pending mentor-prot g agreements. 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, 5% to HBU/MI, and 2% to HUBZoneSB. Small Disadvantaged Businesses must obtain formal certification from the Small Business Administration to receive contract evaluation benefits reserved for Small Disadvantaged Businesses. This includes receiving benefit as a prime contractor or subconsultant under a Subcontracting Plan for subcontracting to 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. Large business firms who are short-listed will be required to submit a subcontracting plan before negotiation begins for contract award. 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. 20010215/CSOL013.HTM (W-044 SN50D5T9)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on February 13, 2001 by Loren Data Corp. -- info@ld.com