|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151Regional Officer in Charge of Contracts, Naval Facilities Engineering
Command, 4262 Radford Drive, Honolulu, HI 96818-3296 (Code 0211) C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF FY 00 ELEMENTARY/MIDDLE
SCHOOL AT ANDERSEN AIR FORCE BASE, GUAM SOL N62742-98-R-0021 POC
Contact Ms. Carol Tanaka, Contract Specialist, (808) 474-6322 Services
include, but are not limited to design and engineering services for
the final design of an elementary/middle school including general
purpose, special education, art, music, science, home economics,
technology, and kindergarten classrooms, a library, computer labs,
administrative areas, counseling center, health rooms, supply room,
gymnasium, multipurpose room with stage and serving line, janitorial
room, and required support spaces, 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. 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 $35,000,000.00 to $40,000,000.00. Estimated start and
completion dates are October 1998 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 firms
and staff proposed in design of school facilities, gymnasiums, and
educational facilities in tropical environments similar to Hawaii and
Guam. (2) Specialized recent experience and technical competence of
firm or particular staff members in the design of schools and related
educational facilities in tropical environments similar to Hawaii and
Guam. (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) A-E 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. A-E firms shall address their planned potential for usage
of small business, small disadvantaged business, women owned small
business, historically black colleges and minority institutions in
Block 10 of the SF255. 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 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. Firms having a current SF 254 on file with this
office may also be considered. This is not a request for a proposal.
Posted 07/31/98 (W-SN231376). (0212) Loren Data Corp. http://www.ld.com (SYN# 0031 19980804\C-0015.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|