|
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 ARCHITECTURAL PROJECTS AT VARIOUS
NAVY ACTIVITIES, PACIFIC AND INDIAN OCEAN AREAS SOL N62742-95-R-0044
POC Contact Ms. Cheryl Gemeno, Contract Specialist, (808) 474-6322
Services include, but are not limited to design and engineering
services for alterations, repairs of buildings, structures and minor
construction. Services shall also include preparation of cost
estimates, cost certifications, certify-ready-for-design documents,
final plans and specifications, as-built drawings and post construction
services as required. 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 contract
will be a firm fixed price A-E Contract. The Government will determine
the delivery order amount by using rates negotiated and negotiate the
effort required to perform the particular project. The base contract
shall not exceed twelve months or $500,000.00 total fee, whichever
comes first. The Government guarantees a minimum amount of $25,000.00.
The Government reserves the option to extend the contract for an
additional year. There will be no future synopsis in the event the
options included in the contract are exercised. Estimated construction
cost of project is $5,000.00 to $2,500,000.00. Estimated date of
contract award is August 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 for performance of design and engineering
services for alteration and repair type projects. (2) Specialized
recent experience and technical competence of firm or particular staff
members in building alteration and renovation of BEQs/BOQs, family
housing, warehouses, galleys, training facilities, and other Navy
building structures. (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) Architect-Engineer
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. Subcontracting Plan is required from large business firm
with proposed fee of over $500,000.00. This prospective contract is a
potential 100 percent 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. 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 CRITERION ''(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# 0026 19950719\C-0009.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|