|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1995 PSA#1305Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR PREPARATION OF PLANS AND
SPECIFICATIONS FOR ARCHITECTURAL PROJECTS, VARIOUS PACNAVFACENGCOM
AREAS SOL N62742-95-R-0018 POC Contact Ms. Judy Wong, Contract
Specialist, (808) 474-1402 Services include, but are not limited to
design and engineering services for alterations, repairs of buildings,
structures, roofing, moisture surveys and minor construction. Services
shall also include preparation of cost estimates, cost certifications,
certified ready for design 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)
contractor shall identify them and provide for their disposal in the
construction plans and specifications in accordance with applicable
rules and regulations pertaining to such hazardous materials. 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 contract will be a firm fixed price A-E
Contract. The Government will determine the delivery order amount by
using rates negotiated and negotiate the effort required to perform the
particular project. The contract shall not exceed twelve months or
$500,000.00 total fee, whichever comes first. The Government guarantees
a minimum amount of $25,000.00. 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 construction cost range per project is $5,000.00
to $2,000,000.00. Estimated date of contract award is June 1995.
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
design and engineering services for alteration and repair type projects
including roofing and moisture survey services. (2) Specialized recent
experience and technical competence of firm or particular staff
members for design and engineering services for alteration and repair
type projects including roofing and moisture survey services. (3)
Capacity to accomplish the work in the required time. (4) Past
performance on contracts with Government agencies and private industry
in terms of cost control, quality of work, and compliance with
performance schedules. (5) Architect-Engineer firm's design 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) 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) Use of Small or Small Disadvantaged or Women-owned Small
Business firms shall also be considered. Subcontracting Plan is
required from large business firm with proposed fee of over
$500,000.00. This prospective contract is a potential 100 percent
set-aside for small business (SB) concerns. The small business size
standard classification is SIC 8712 ($2.5 million in annual receipts).
If adequate interest is not received from qualified SB concerns, this
solicitation will automatically be opened to all firms regardless of
size or concern without further notice. Replies to this notice are,
therefore, requested from all concerns as well as SB concerns. Each
firm's past performance and performance rating(s) will be reviewed
during the evaluation process and can affect the selection outcome. All
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
CRITERIA ''(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
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, Standard Forms
254 and 255 will be due the first workday thereafter. This is not a
request for a proposal. See Note 24. (0074) Loren Data Corp. http://www.ld.com (SYN# 0038 19950316\C-0018.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|