|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590Regional Officer in Charge of Contracts, Pearl Harbor,
NAVFACENGCOM(R115), 4262 Radford Drive, Honolulu, HI 96818-3296 C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES TO PREPARE PLANS
AND SPECIFICATIONS FOR VARIOUS STRUCTURAL PROJECTS, VARIOUS
PACNAVFACENGCOM AREAS SOL N62742-00-R-0005 POC Contact Ms. Donna
Matsuura, Contract Specialist, (808) 474-6321, or Mr. Melvin Yoshimura,
Contracting Officer, (808) 474-5406 Services include, but are not
limited to design and engineering services for preparation of technical
reports including engineering investigations and concept studies,
project engineering documentation, preliminary and final plans and
specifications, construction cost estimates, operations and maintenance
manuals, record drawings, shop drawing reviews, redi-check reviews and
construction consultations and geotechnical investigations as required
for structural design, analysis and studies. Projects may involve new
construction,repair, alteration, and maintenance and structural
engineering investigations of buildings, structures including bridges,
and waterfront faculties (piers and wharves) and geotechnical
investigations in tropical environments similar to Hawaii and Guam. If
asbestos or hazardous materials exist, the Architect-Engineer (A-E)
shall identify them and provide for their disposal in the required
documents in accordance with applicable rules and regulations. The
selected A-E may be requiredto 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. Each project will be a firm fixed price task order.
The Government will determine the task order amount by using rates
negotiated under the contract and by negotiating the effort required to
perform the particular project. The contract shall not exceed twelve
months or $1,500,000 total fee, whichever comes first. The A-E fee per
project shall not exceed $600,000. The Government guarantees a minimum
amount of $25,000. The Government reserves the option to extend the
contract for two additional years. There will be no future synopsis in
the event the options included in the contract are exercised.
Estimated construction cost of project is $10,000 to $20,000,000.
Estimated date of contract award is July 2000. 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 for the design,
repair, alteration, maintenance and structural engineering
investigation of buildings, structures including bridges and bridge
inspections, and waterfront facilities (pier and wharves) including
underwater inspections and geotechnical investigation in the Pacific
basin region and/or tropical environments similar to Hawaii and Guam.
(2) Specialized recent experience and technical competence of firm or
particular staff members in the design, repair, alteration, maintenance
and structural engineering investigation of buildings, structures
including bridges and bridge inspections, and waterfront facilities
(pier and wharves) including underwater inspections and geotechnical
investigation in the Pacific basin region and/or 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
experience in sustainable design and quality control program. (6)
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. (7) Extent to which firms identify and
commit to small business (SB), small disadvantaged business (SDB),
women-owned small business (WOSB), historically underutilized business
zone small business (HUBZoneSB), and historically black college or
university and minority institution (HBCU/MI) in performance of this
contract, whether as a joint venture, teaming arrangement, or
subcontractor. (8) 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. The selected firm, its subsidiaries or
affiliates which design or prepare specifications for a construction
contract cannot provide the construction services for the same
contract. This includes concept design, which includes preparation of
project programming documents (DD1391), facility siting studies,
environmental assessments, or other activities that result in
identification of project scope and cost. The A-E firm and consultants
selected for this contract will be required to perform throughout the
contract term. The contract requires that the selected firm have
on-line access to email via the Internet for exchange of
correspondence/information. 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
OF THE SF255, INCLUDE A SUMMARY OF QUALIFICATIONS IN NARRATIVE
DISCUSSION ADDRESSING EACH OF THE ABOVE SELECTION EVALUATION CRITERIA.
IF NECESSARY, CONTINUE ON PLAIN BOND PAPER. For selection evaluation
criteria "(3)", the Government will also evaluate each firm's past
performance and performance rating(s) from the architect-engineer
contract administration support system (ACASS) during the evaluation
process which can affect the selection outcome. For selection criteria
"(7)", the Government will evaluate firms by the government wide
goals, therefore, offeror should identify each firm (prime and subs) by
name, discipline, and size status. In addition, the offeror should
provide information on past performance on the use of SB, SDB, etc.
and/or any awards received for outstanding support of SB, SDB, WOSB,
HubZoneSB, and HBCU/MI or other documentation. Documentation may
include SBA awards, final subcontracting reports for individual
contracts (SF294), copies of performance evaluations on the
implementation of subcontracting plans or periodic compliance reviews,
and/or information on existing or pending mentor-prot g agreements.
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,
5% to HBCU/MI, and 1-1/2% to HubZoneSB. Small Disadvantaged Businesses
must obtain formal certification from the Small Business
Administration to receive contract evaluation benefits reserved for
Small Disadvantaged Businesses. This includes receiving benefit as a
prime contractor or subconsultant under a Subcontracting Plan for
subcontracting to Small Disadvantaged Businesses. Small Disadvantaged
Businesses: Contact your local Small Business Administration (SBA)
representative for information on the certification program or visit
the SBA agency's web site at http://www.sba.gov/sdb. Prime Contractors:
To determine whether a prospective subcontractor is a certified small
disadvantaged business, access SBA agency's on-line database, PRO-Net
website at http://www.pro-net.sba.gov. Large business firms who are
short-listed will be required to submit a subcontracting plan prior to
being interviewed. Firms responding to this announcement within 30
days from publication date will be considered. Firms must submit forms
to the A-E Contracts Division by 2:00 p.m. HST, on the closing date.
Should the due date fall on a weekend or holiday, the 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 04/27/00 (W-SN449326). (0118) Loren Data Corp. http://www.ld.com (SYN# 0029 20000501\C-0010.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|