|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 16,1999 PSA#2433Regional Officer in Charge of Contracts, Pearl Harbor,
NAVFACENGCOM(R115), 4262 Radford Drive, Honolulu, HI 96818-3296 C -- ARCHITECT-ENGINEER SERVICES FOR CONSTRUCTION SURVEILLANCE AND
INSPECTION (TITLE II) SERVICES IN ANTARCTICA, NATIONAL SCIENCE
FOUNDATION SOL N62742-99-R-0011 POC Contact Mr. Clifford Sagara,
Contract Specialist, (808) 474-6315 or Mr. Melvin Yoshimura,
Contracting Officer, (808) 474-5406 Services include, but are not
limited to design and engineering services for construction
surveillance and inspection (Title II) services in Antarctica, National
Science Foundation. This work includes construction surveillance,
inspection and documentation of construction projects to indicate
whether the construction conforms to the contract requirements.
Projects include architectural renovations, constructing building
shells, welding fuel pipes, installing waste heat recovery systems and
relocating water storage tank. Personnel traveling to and working in
Antarctica must pass strict medical and dental examinations. The A-E
firm must have the qualified staff to pass these examinations. 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. Estimated construction cost is over $25 Million.
Estimated start and completion dates are January 2000 and October 2005,
respectively. 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 construction surveillance and inspection services
in extremely remote, cold weather locations. (2) Specialized recent
experience and technical competence of firm or particular staff members
in construction surveillance and inspection services in extremely
remove, cold weather locations. The personnel shall have knowledge in
construction scheduling methods and of building and construction crafts
since detailed inspections shall be made to verify that the specified
workmanship is obtained. (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) Knowledge of the locality of
the project or some other extremely remote, cold region; 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) Extent to which firms identify and commit to small
business (SB), small disadvantaged business (SDB), women-owned small
business (WOSB), historically black college or university and minority
institution (HBCU/MI) performance of the contract, whether as a joint
venture, teaming arrangement, or subcontractor. All firms shall
address their planned use of and past performance in the use of SB,
SDB, WOSB, and HBCU/MI in Block 10 of the SF255. The statutory
Government wide goals for the total value of all prime contract awards
per fiscal year are 23% to SB, 5% to SDB, 5% to WOSB, and 5% to
HBCU/MI. Large Business firms who are short-listed will be required to
submit a subcontracting plan prior to being interviewed. 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 09/14/99 (W-SN380197). (0257) Loren Data Corp. http://www.ld.com (SYN# 0027 19990916\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|