|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 23,1995 PSA#1289US Army Engineer District, Honolulu, Building S200, Attn: CEPOD-CT-C,
Fort Shafter Hi 96858-5440 C -- ARCHITECT-ENGINEER SERVICES SOL DACA83-95-R-0012 DUE 032295 POC
Point of Contact is Mr. Wendell Awada, (808) 438-6940. Project is for
Indefinite Delivery Architect-Engineer Services Contract (Civil
Discipline) for Design of Miscellaneous Projects in the Pacific Basin.
Sites of work will be located primarily in the State of Hawaii, but
may include other Pacific Basin locations. Services will be implemented
through individual Delivery Orders, each not to exceed (NTE) $150,000
with a maximum contract amount of $750,000 for a one-year period. The
Government may, as an option, extend the contract an additional year at
a contract amount NTE an additional $750,000. The Government obligates
itself to obtain no less than $15,000 in services during the term of
the base year and $7,500 in services during the term of the option
year. Firms must have in-house civil capabilities and in-house
capabilities or consultants for the following disciplines:
architectural, mechanical, electrical, structural, survey,
environmental, geotechnical, interior design, cost estimating, and
specifications writing (Corps SPECSINTACT) associated with design or
investigations. Compatibility with specific computer-aided drafting
(CAD) equipment, and format of required CAD products, is a requirement.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria in descending order of importance are: (a)
professional qualifications of the firm's staff/consultants to be
assigned to the projects, (b) specialized experience of the firm in the
design of civil repair, renovation, alteration and upgrade projects,
(c) experience in Indefinite Delivery A-E service contracts, (d) the
firm's past performance on DOD and private sector contracts (cost
control, quality of work, compliance with schedule), (e) capacity of
the firm to accomplish work in the required time (size of firm,
workload, etc.), (f) geographical location and knowledge of the
locality of the projects, and (g) extent of participation of small
businesses (SB), small disadvantaged businesses (SDB), historicaly
black colleges and universities, and minority institutions in the
proposed contract team, measured as a percentage of the estimated
effort. Offeror must provide adequate documentation in blocks 7.g. and
10 of the Standard Form 255, Architect-Engineer and Related Services
Questionnaire for Specific Project, to illustrate the extent of
participation of the above mentioned groups in terms of the percentage
of the total anticipated contract effort. The selected firm will be
required to obtain Defense Base Act insurance (workman's compensation
insurance) for work performed outside the United States. If a large
business is selected for this contract, it must comply with FAR
52.219-9 regarding the requirement for subcontracting plan on that part
of the work it intends to subcontract. The subcontracting goals for
this contract are that a minimum of 50% of the contractor's intended
subcontract amount to be placed with SB, which includes (SDB), and 30%
be placed with SDB. The subcontracting plan is not required with this
submittal but the successful large business firm must submit an
acceptable plan before any award can be made. Firms desiring
consideration must submit a Standard Form 255 no later than 4:00 p.m.,
Hawaiian Standard Time, by the due date shown above or within thirty
(30) calendar days from date of this announcement, whichever is later.
Should the due date fall on a weekend or holiday, the submittal
package will be due the first workday thereafter. All responding firms
must also include a completed Standard Form 254 for themselves and
their subconsultants, if not already on file with the Pacific Ocean
Division. Submittals will be sent to the address shown above. Small and
disadvantaged firms are encouraged to participate as prime contractors
or as members of joint ventures with other small businesses. All
interested contractors are reminded that the successful contractor will
be expected to place subcontracts to the maximum possible extent with
small and disadvantaged firms in accordance with the provisions of
Public Law 95-507. For further information regarding this proposed
acquisition, telephone (808) 438-6940. Request for Proposal No.
DACA83-95-R-0012 shall be utilized to solicit a proposal from the firm
selected. This is not a request for proposal. (0052) Loren Data Corp. http://www.ld.com (SYN# 0041 19950222\C-0020.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|