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