|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 30,1995 PSA#1462Officer in Charge of Construction, NAVFACENGCOM Contracts, Marianas,
PSC 455, Box 175, FPO AP 96540-2200 C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR LANDSCAPE
ARCHITECTURAL DESIGN AND ENGINEERING SERVICES, VARIOUS LOCATIONS, GUAM,
M.I. SOL N62766-96-R-0001 POC Contact Mrs. Salve M. Sabido, Contract
Specialist, (671) 339-5120 Architectural and engineering services are
required for the development of a landscaping master plan for various
locations, including preparation of plans, specifications, cost
estimates, investigations, studies, analyses, inspections, and
preparation of reports for infrastructure and building projects.
Projects include but not limited to waterfront structures, medical
facilities, airports, airfields, recreational facilities, building
repair and new construction. Other incidental work includes any and all
items and considerations necessary to insure a complete and usable
final product including but not limited to necessary design and
considerations not specifically stated elsewhere. Post Construction
Award Support (PCAS) services are required. This A-E contract will be
an indefinite quantity type under which engineering works are
authorized on an ''as required'' basis during the life of the contract.
The total A-E fee for this contract shall not exceed $500,000.00 and
individual fees for any one project shall not exceed $200,000.00. The
contract term shall be for a period of one year, or until the
$500,000.00 limit is reached, whichever occurs first. The Government
has the option to extend the term of the contract in accordance with
the OPTION TO EXTEND THE TERM OF THE A-E CONTRACT clause. The total
contract term, including option, shall not exceed 24 months. The A-E
services shall include all field and office work required to complete
the various projects. Field work will include all required
investigations and testing. Office work will include not only planning
documents and preparation of reports, but also meeting with PWC/OICC
personnel and other Government representatives, and oral presentations
and findings and recommendations. Firms responding to this
announcement should indicate their business status in Block 10 of the
SF 255 submission. The following guidelines, in relative order of
importance, will be used in the evaluation of architect-engineer firms:
(1) Professional qualifications of the staff to be assignd to this
project with experience in landscape architectural design and
engineering services. List only the team members who will actually
perform major tasks under this project, qualifications should reflect
the individual's potential contributions to this project. (2) Recent
specialized experience of the firm and proposed consultants in
landscape architectural design and engineering services. List
experience with similar projects successfully designed in the last five
years. Do not list more than a total of 10 projects in block 8. Include
point of contact name and phone number in block 8c for each project
listed. (3) Past performance on contracts with DOD, other government
agencies, and private industry in terms of cost control, quality of
work, and compliance with performance schedules. Indicate briefly
describing internal quality assurance and cost control procedures and
indicate team members who are responsible for monitoring these
processes. List recent awards, commendations, and other performance
evaluations (do not submit copies). (4) Capacity to accomplish the work
in the required time. Indicate the firm's present workload and the
availability of the project team (including consultants) for the
specified contract performance period. (5) A-E firm's quality control
practices/techniques. (6) Location of the firm in the general
geographical area of the project, provided there is an appropriate
number of qualified firms therein for consideration. (7) Volume of work
previously awarded to the firm by the DOD shall also be considered with
the object of effecting an equitable distribution of DOD A-E contracts
among qualified A-E firms and firms that have not had DOD contracts.
(8) Use of small or small disadvantaged or women-owned small business
firms shall also be considered. If a pre-selected (slated) firm is a
large business concern, submission of a subcontracting plan will be
required before the final selection process. Each firm's past
performance and performance rating(s) will be reviewed during the
evaluation process and can affect the selection outcome. Those firms
which meet the requirements described in this announcement and wish to
be considered, must submit one copy each of a Standard Form 254 and a
Standard Form 255 for the firm and a Standard form 254 for each
consultant listed in block 6 of the firm's Standard Form 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 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 who will do the work. Firms responding
to this announcement within 30 days from publication date will be
considered. Firms must submit Standard Forms 254 and 255 to the
Contracts Department by 2:00 p.m., Guam time, on the closing date.
Should the date fall on a weekend or holiday, Standard Forms 254 and
255 will be due the first workday thereafter. Additional information
requested of applying firms: indicate solicitation number in block 2b,
CEC (Contractor Establishment Code) and/or Duns number (for the
address listed in block 3) and TIN number in block 3. For firms
applying with multiple offices, indicate the office which completed
each of the projects listed in block 8 and list which office is under
contract for any contracts listed in block 9. Firm not providing the
requested information in the format (i.e., listing more than a total of
10 projects in block 8, not providing a brief description of the
quality control plan, not listing which office of multiple office firms
completed projects listed in block 8, etc.) directed by this synopsis
may be negatively evaluated under selection (3). This is NOT a request
for proposal. See Note 24. (0299) Loren Data Corp. http://www.ld.com (SYN# 0023 19951027\C-0007.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|