|
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1995 PSA#1392Commander, 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-294T, COAST
GUARD FACILITIES AND FY97 COAST GUARD MILCON PROJECT HANGAR EXPANSION,
MCBH KANEOHE, HAWAII SOL N62742-95-R-0035 POC Contact Ms. Donna
Matsuura, Contract Specialist, (808) 474-6321 Services include, but are
not limited to design and engineering services for preparation of
concept plans for construction of the Coast Guard Facility being
relocated from NAS Barbers Point to MCBH Kaneohe, Hawaii. The concept
plans are intended to prepare a request for proposal (RFP) to award a
design/build construction contract for the Coast Guard Facility. The
project includes an aircraft maintenance hangar, supporting shops,
administrative spaces, maintenance storage, aircraft apron, and
supporting access and maintenance facilities. Supporting facilities
include pile foundation, storage tanks and pumps for aqueous film-foam
(AFF) and wet pipe sprinkler fire protection systems, vehicle parking,
realignment of existing roadway, demolition of existing structures and
utility connections. This project also includes construction of
additional bachelor quarters and relocation of the compass calibration
pad. The service may include but not limited to preparation of
technical reports including conducting engineering investigations and
concept studies, construction estimates, shop drawing reviews, and
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 cost certification and/or project
engineering documents. Follow-on phases may include the preparation of
preliminary design documents, preparation of final design,
post-construction award services; construction surveillance and
inspection services; operational and maintenance support information
services. Estimated construction cost is more than $10,000,000.00.
Estimated start and completion dates are August 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
aircraft maintenance hangar, supporting shops, administrative spaces,
maintenance storage, aircraft apron, and supporting access and
maintenance facilities. (2) Specialized recent experience and technical
competence of firm or particular staff members in designing aircraft
maintenance hangar, supporting shops, administrative spaces,
maintenance storage, aircraft apron, and supporting access and
maintenance facilities. (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. (0199) Loren Data Corp. http://www.ld.com (SYN# 0024 19950719\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|