|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1995 PSA#1385Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Building 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR FY97 BRACON PROJECT P-299T,
TACTICAL SUPPORT CENTER, MCBH KANEOHE, HAWAII SOL N62742-95-R-0039 POC
Contact Ms. Cheryl Gemeno, Contract Specialist, (808) 474-6322
Services include, but are not limited to design and engineering
services for preparation of plans and specifications for construction
of a two story tactical support facility consisting of
telecommunication tech control center, Electronic tech (ET) shop,
Special Compartmented Information Facility (SCIF), classified material
spaces, and vault. Included are raised flooring, redundant air
conditioning system, stand-by generators, uninterruptible power supply,
TEMPEST protection, electronic grounding system, fire protection
system, security fencing and parking. The service may include but not
limited to preparation of technical reports including conducting
engineering investigations and concept studies, construction estimates,
shop drawing reviews, construction consultation. 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. Initial design and engineering services include preparation of
project engineering documents and final design. Follow-on phases may
include post-construction award services; construction surveillance and
inspection services; operational and maintenance support information
services. Estimated construction cost over $10,000,000.00. Estimated
start and completion dates are September 1995 and June 1999,
respectively, including review periods. 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 designing
facilities consisting of telecommunication control center, electronic
shops, Special Compartmented Information Facility (SCIF), classified
material spaces, vault, TEMPEST shielding, and uninterruptible power
supply. (2) Specialized recent experience and technical competence of
firm or particular staff members in designing facilities consisting of
telecommunication control center, electronic shops, Special
Compartmented Information Facility (SCIF), classified material spaces,
vault, TEMPEST shielding, and uninterruptible power supply. (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 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. 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. 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. (0188) Loren Data Corp. http://www.ld.com (SYN# 0023 19950710\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|