Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,1995 PSA#1344

Commanding Officer, Navy Public Works Center, Naval Facilities Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470 (Code 220)

C -- C--DESIGN AND ENGINEERING SERVICES FOR PREPARATION OF PLANS AND SPECIFICATIONS FOR VARIOUS ARCHITECTURAL PROJECTS ON OAHU, HAWAII SOL N62755-95-R-0910 DUE 061495 POC J. Shimoda, 808/474-1513/Contracting Officer, A. Yuen, 808/474-1513 This solicitation is for design and engineering services for the preparation of construction drawings, specifications and cost estimates for various architectural projects. Projects involve repair, maintenance, renovation, alteration, and minor construction work on naval shore facilities, including repairing termite damage, lead-paint and asbestos abatement, reroofing, painting, alterations and additions, and smaller new buildings. The contract is an indefinite-quantity type contract. The Government will issue delivery orders for projects on an ''as-needed'' basis during the life of the contract providing the Government and Contractor agree on the amount. We will determine the delivery order amount by using rates negotiated prior to contract award and the negotiated effort needed to perform the particular project. We may include with the delivery order an amount for post construction award services. These services generally will involve but are not limited to review of construction contractor submittals, preparation of as-built drawings, and office and site consultation services. We will normally not require post construction award services more than 18 months after completion of the design. The project scope(s) may require evaluation and definition of asbestos materials, toxic waste disposition and/or pollution control work. Firms must accept the aforementioned as a part of their contract responsibility. The contract requires that all construction contract specifications are prepared using the SPECSINTACT system. While the contract will typically involve projects requiring the services of a registered architect, multi-discipline nature projects requiring the firm to use subconsultants are possible. The contract shall not exceed 12 months or $250,000 total contract price, whichever comes first. The Government guarantees a minimum contract amount of $12,500. Should an impasse on price occur over the initial and subsequent projects, the Government will apply the dollar value of the government estimate for that project or projects towards the minimum guarantee. We may order a single project or group of projects under one delivery order. The total price of a delivery order with multiple projects will not exceed $200,000 including any options. The contract contains an option to extend the contract for an additional year. The same price and time restrictions of the base year apply to the option year. Should the Government exercise this option, the Government will issue a preliminary notice at least 60 days prior to the end of the base year. The Government reserves the right to modify projects incorporated into this contract beyond the expiration date of the contract as an in-scope change to the contract. If the Government requires the modification within one year after the contract expiration date, the Government will negotiate the effort required using the negotiated base or option year rates, whichever is most recent at the time. For modification of projects after one year from the contract expiration date, the Government will negotiate an equitable adjustment. The projects may require performance of services at a later date as a phase or option. We will use options to order additional services at a price agreed prior to the delivery order award. We will generally use phases when it is impractical to definitize the full scope of project requirements at the time of the delivery order award. We will definitize and negotiate a price for the phase at a later date and modify the delivery order by supplemental agreement. Estimated construction cost range of projects is $25,000 to $250,000. Estimated design start date is 20 February 1996. We will use the following selection criteria, in relative order of importance, to evaluate and select qualified architect-engineer (A-E) firms. (1) Professional qualifications of firm and staff proposed for performance of required services. (2) Specialized recent experience and technical competence of firm or particular staff members in renovation, repair (including repair termite damage), reroofing and painting work. (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) A-E firm's design quality control practices/techniques. (6) Location in the general geographical area of the project and knowledge of the locality of the projects; 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, including small and small disadvantaged business firms, and firms that have not had Department of Defense contracts. This prospective contract is a potential 100 percent set-aside from small business (SB) concerns. The small business size standard classification is SIC 8712 ($2.5 million in annual receipts). If the Government does not receive adequate interest from qualified SB concerns, this solicitation will automatically open to all firms regardless of size or concern without further notice. All concerns as well as SB concerns interested in this solicitation should respond. A-E firms meeting the requirements described in this announcement must 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' subconsultants must also submit completed Standard Forms 254 and 255. Responding FIRMS SHALL SPECIFICALLY ADDRESS ALL OF the listed selection criteria so the Government can properly evaluate the qualifications of firms APPLYING. FAILURE TO ADDRESS ALL THE CRITERIA may be GROUNDS FOR NON-SELECTION. We need only one copy of all forms. Clearly show the office location where you will do the work and the experience of those that will do the work and their location. Submit forms to this office by 2:00 p.m. HST on 14 June 1995. See Note 24. This is not a request for a proposal. (0129)

Loren Data Corp. http://www.ld.com (SYN# 0034 19950510\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page