|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1995 PSA#1319Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR MULTI-SERVICE/MULTI-YEAR SUPPORT
FOR KAHO'OLAWE ISLAND CLEANUP PROJECT, HAWAII SOL N62742-95-R-0025 POC
Contact Mr. Kenneth Teague, Contract Specialist, (808)471-1694 Services
include, but are not limited to design and engineering support services
for the Kaho'olawe Island Cleanup Project. Work includes preparing
plans, specifications, and cost estimates, preparing engineering and
environmental study reports, surveying and geotechnical work,
geographic information system support, engineering, environmental,
natural resources, historical/cultural/religious, archaeological, and
land management support services, environmental compliance services,
quality assurance and safety support, post construction award services,
security and unexploded ordnance escort support, and title II services.
Work may also include design of or engineering studies for utility
systems (water, wells, desalinization, power, sewer, POL, etc.),
waterfront structures (piers, mooring, etc.), historical cultural,
religious park facilities, and infrastructure. Selected A-E will be
required to sign a ''non-disclosure'' statement and will not be allowed
to participate in the construction portion of the Kaho'olawe Island
Cleanup Project. 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 will be a
firm fixed price delivery order. 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 $1,000,000.00 total fee, whichever comes
first. The Government guarantees a minimum amount of $50,000.00. The
Government reserves the option to extend the contract for an additional
four - one year periods of $500,000.00 each. There will be no future
synopsis in the event the options included in the contract are
exercised. Estimated construction cost of project is over $10,000,000.
Estimated date of contract award is September 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 in the work
above. (2) Specialized recent experience and technical competence of
firm or particular staff members in preparing plans, specifications,
and cost estimates, engineering and environmental study reports,
surveying work, geotechnical work, geographic information system
support engineering, environmental, natural resources,
historical/cultural/ religious, archeological, and land management
support services, environmental compliance services. (3) Preference
will be given small and small disadvantaged Business concerns located
in Hawaii, and, especial preference will be given to business owned by
Native Hawaiians. (P.L. 103-335, sec 8127). (4) Location in the
general geographical area of the project and knowledge of the locality
of the project and the historical, cultural and religious
significance; provided, that application of this criterion leaves an
appropriate number of qualified firms, given the nature and size of the
project. (5) Capacity to accomplish the work in the required time. (6)
Past performance on contracts with Government agencies and private
industry in terms of cost control, quality of work, and compliance with
performance schedules. (7) A-E firm's design quality control
practices/techniques. (8) 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. (9) Use of Small or Small
Disadvantaged or Women-owned Small Business firms shall also be
considered. This prospective contract is a potential 100% 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.
Subcontracting Plan is required from large business firm with proposed
fee of over $500,000.00. 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 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. (0094) Loren Data Corp. http://www.ld.com (SYN# 0033 19950405\C-0013.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|