COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22, 2001 PSA #2920
SOLICITATIONS
C -- ARCHITECT-ENGINEER SERVICES FOR PREPARATION OF PLANS AND SPECIFICATIONS FOR BALLISTIC MISSILE DEFENSE ORGANIZATION (DMDO) MILITARY CONSTRUCTION (MCON) PROJECT THEATER HIGH ATITUDE AREA DEFENSE (THAAD) PACIFIC MISSILE RANGE FACILITY (PMRF) TEST FACILITIES SUPPORT, PMRF BARKING SANDS, KAUAI, HAWAII
- Notice Date
- August 20, 2001
- Contracting Office
- Pacific Division, NAVFACENGCOM (ACQ0242), Architect-Engineer/ Construction Contracts Branch, 4262 Radford Drive, Honolulu, HI 96818-3296
- ZIP Code
- 96818-3296
- Solicitation Number
- N62742-01-R-0019
- Point of Contact
- Mr. Melvin Yoshimura, Contracting Officer, (808) 474-5406
- Description
- Services include, but are not limited to design and engineering services for construction of a missile launch pad, missile mission control blockhouse, administration building, maintenance facility, antenna towers, helicopter pads, engine generator plants, roads and other site improvements. The facilities are to be provided with security fencing, security alarms, lighting, electrical power, air conditioning, UPS, fire sprinklers/alarms, fire pumps, water storage tanks, fuel storage tanks, parking, telephones, and utilities. The facilities are to incorporate the requirements for antiterrorism force protection and physical security. The facilities are primarily to be sited on PMRF Barking Sands, Kauai or an option to site the missile launch pad, mission control blockhouse and helicopter pads on Niihau with the remainder of the facilities sited on PMRF. 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 is over $25,000,000. Estimated design start and completion dates are September 2001 and June 2002, 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 designing administration buildings, maintenance buildings, 1.5mW (megawatts) or larger engine generator plants and reinforced concrete buildings in tropical environment similar to Hawaii. (2) Specialized recent experience and technical competence of firm or particular staff members in proposed in designing administration buildings, maintenance buildings, 1.5mW or larger engine generator plans and reinforced concrete buildings in tropical environment similar to Hawaii. (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) Experience in sustainable design and quality control program. (6) 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), historically black college or university and minority institution (HBCU/MI) and veteran-owned small business (VOSB) and service disabled veteran-owned small business (SDVOSB) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. (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. The contract requires that the selected firms 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 Related Services for Specific Project. The address is Pacific Division, NAVFACENGCOM (ACQ 0242), Architect-Engineer/Construction Contracts Branch, 4262 Radford Drive, Honolulu, HI 96818-3296. 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 ADDRSSING EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. IF NCECESSARY, CONTINUE ON PLAIN BODN PAPER. For selection 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 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, 2% to HUBZoneSB and 3% to VOSB & SDVOSB. Naval Facilities Engineering Command (NAVFAC) subcontracting goals are 65% to SB, 12% to SDB, 5% to WOSB, 3% to VOSB and 2% to HUBZoneSB. Small Disadvantaged Businesses must obtain formal certification form 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 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 before negotiation begins for contract award. Firms responding to this announcement within 30 days from publication date will be considered. Firms must submit forms 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.
- Record
- Loren Data Corp. 20010822/CSOL008.HTM (W-232 SN50V4W8)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on August 20, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|