|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 8,1996 PSA#1696Commanding Officer, Navy Public Works Center, Naval Facilities
Engineering Command Contracts, Bldg. 55, Pearl Harbor, HI 96860-5470 C -- DESIGN AND ENGINEERING SERVICES FOR PERMANENT OIL BOOM FOR NAVAL
STATION AND SUBMARINE BASE PIERS SOL N62755-96-R-0974 DUE 110496 POC
J. Shimoda, 808/474-1513/Contracting Officer, A. Yuen, 808/474-1513.
This solicitation is for design and engineering services for installing
permanent oil booms at Naval Station and Submarine Base Piers at Pearl
Harbor, Hawaii. The work includes, but is not limited to, compliance
with the latest technology and standards available in oil boom design
(deployment, anchorage systems, etc.). Booms under wharves are required
to allow ships/subs to be boomed off 360 degrees during fueling
operations. Temporary oil boom installed around docked ships must be
able to connect to this permanent boom. Some factors which need to be
considered include, a) under wharf configuration, b) wharf conditions,
c) utility lines located under wharf, d) type/quantity of boom, e)
tidal fluctuations, and f) cost. These services generally will involve,
but 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 these requirements as a part of their contract responsibility.
The contract requires that all construction contract specifications use
the SPECINTACT system. Estimated construction cost of project is
$1,000,000. Estimated design start date is February 1997. 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 installation of oil
booms. Submit a list of (3) references with phone numbers and person
to contact. (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. Discuss: a) the process for cost control
and the key person responsible, b) the process for compliance with
quality control and the key person responsible, c) the process for
compliance with the performance schedule and the key person
responsible, i.e., description of how work will be accomplished in the
required time, including the composition of the team and availability
of staff, and the A-E firm's design quality control
practices/techniques. (5) Location in the general geographical area of
the project and knowledge of the locality of the projects, list
projects completed in that geographical area and give particular
conditions of that area, provided, that application of this criterion
leaves an appropriated number of qualified firms, given the nature and
size of the project. (6) Demonstrated success in prescribing the use
of recovered materials and achieving waste reduction and energy
efficiency in facility design. (7) The volume of work previously
awarded to the firm by the Department of Defense during the previous 12
months 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 for
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 4 November 1996. See Note 24.
This is not a request for a proposal. (0278) Loren Data Corp. http://www.ld.com (SYN# 0008 19961007\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|