|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 20,1995 PSA#1266Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Building 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR FY97 NAVY FAMILY HOUSING PROJECT
HC/R 06-93, WHOLEHOUSE REVITALIZATION, LOCKWOOD TERRACE, DILLINGHAM
HOUSING, PUBLIC WORKS CENTER, GUAM SOL N62742-95-R-4501 POC Contact Ms.
Cheryl Gemeno, Contract Specialist, (808) 474-6322 Services include,
but are not limited to design and engineering services for repairs and
improvements to 82 enlisted family housing units in Lockwood Terrace.
The repairs will replace floor finishes, kitchen base and wall hung
cabinets, storage shelves, gypsum board wall, windows wih tinted glass,
bathroom floor and wall finishes, kitchen sink including faucets and
fittings, garbage disposal, dishwasher, water heater, plumbing
fixtures, toilet accessories, exhaust fans, wiring devices, smoke
detector, telephone and CATV pull boxes, aluminum conduit and
incandescent with fluorescent lights. Construct covered patio with
privacy wall, brick veneer entry facing, renovate carport to include
exterior storage with trash enclosure, install additional shower/vanity
in master bathroom, range hood, range hood, range backplate and fire
protection system, related electrical work. Scope includes asbestos
removal, clean-up and disposal of debris. If asbestos or hazardous
materials exist, the Architect-Engineer (A-E) contractor shall identify
them and provide for their disposal in the construction plans and
specifications 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
more than $10,000,000.00. Estimated start and completion dates are July
1995 and May 1996, respectively, including review periods. Selections
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 designing
Navy family housing renovations, repairs or improvements in order to
conform to Neighborhood of Excellence criteria and designing in
tropical environments similar to Guam. (2) Specialized recent
experience and technical competence of firm or particular staff members
in designing Navy family housing renovations, repairs or improvements
in order to conform to Neighborhood of Excellence criteria and
designing in tropical environments similar to Guam. (3) Capacity to
accomplish the work in the required time. (4) Past performance on
contracts with Government agencies and private industry in terms of
cost control, quality of work, and compliance with performance
schedules. (5) A-E firm's design quality control practices/techniques.
(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) 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) Use of Small or
Small Disadvantaged or Women-owned Small Business firms shall also be
considered. Subcontracting Plan is required from large business firm
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. 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 CRITERIA ''(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. See Note 24. (0018) Loren Data Corp. http://www.ld.com (SYN# 0027 19950119\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|