|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 15,1996 PSA#1700Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR AN INDEFINITE QUANTITY FOR
SEISMIC SAFETY EVALUATIONS OF EXISTING BUILDINGS, VARIOUS
PACNAVFACENGCOM AREAS SOL N62742-96-R-0033 POC Contact Ms. Geralyn
Ambrosio, Contract Specialist, (808) 474-6321 Services include, but are
not limited to design and engineering services for seismic engineering
studies including seismic safety evaluations of existing buildings,
regional geologic site hazard studies, and seismic upgrade/stregthening
of existing buildings. Services shall also include preparation of cost
estimates, DD form 1391+, and Parametric Cost Estimate (PCE)
documentation as required. If asbestos or hazardous materials exist,
the Architect-Engineer (A-E) contractor shall identify them and provide
for their disposal in the required documents 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 byusing rates negotiated and negotiate the effort required
to perform the particular project. The contract shall not exceed twelve
months or $1,000,000 total fee, whichever comes first. A-E fee per
project shall not exceed $400,000. The Government guarantees a minimum
amount of $25,000. The Government reserves the option to extend the
contract for four additional years, for a maximum of five years. There
will be no future synopsis in the event the options included in the
contract are exercised. Estimated date of contract award is January
1997. 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 accomplishing seismic engineering studies including
seismic safety evaluation, regional geologic site hazard studies, and
seismic upgrade/strengthening of existing buildings in seismic areas
similar to Hawaii, Guam and other Pacific Ocean islands. (2)
Specialized recent experience and technical competence of firm or
particular staff members proposed in accomplishing seismic engineering
studies including seismic safety evaluation, regional geologic site
hazard studies, and seismic upgrade/strengthening of existing buildings
in seismic areas similar to Hawaii, Guam and other Pacific Ocean
islands. (3) Past performance on contracts with Government agencies and
private industry in terms of cost control, quality of work, and
compliance with performance schedules. (4) Capacity to accomplish the
work in the required time. (5) Architect-Engineer firm's quality
control practices/techniques. (6) Demonstrated success in prescribing
the use of recovered materials and achieving waste reduction and energy
efficiency in facility design. (7) 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.
(8) 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. (9) Use of Small or Small Disadvantaged or Women-owned Small
Business firms shall also be considered. A Subcontracting Plan will be
required from large business firms 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. 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. (0284) Loren Data Corp. http://www.ld.com (SYN# 0024 19961011\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|