|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1,1995 PSA#1400Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- INDEFINITE QUANTITY ARCHITECT-ENGINEER CONSTRUCTION SURVEILLANCE
AND INSPECTION (TITLE II) SERVICES FOR VARIOUS PROJECTS IN HAWAII AND
PACIFIC DIVISION, NAVAL FACILITIES ENGINEERING COMMAND AREA SOL
N62742-95-R-0029 POC Contact Ms. Cheryl Gemeno, Contract Specialist,
(808) 474-6322 Services include, but are not limited to
architect-engineer construction surveillance and inspection (Title II)
services for various projects in Hawaii and Pacific Division, Naval
Facilities Engineering Command area. The services shall include
coordination of requests; attending safety meetings, Construction
Quality Control (CQC) meetings and preconstruction conferences; review
of submittals; inspection of construction; preparation of A-E
inspection reports; and monitor construction work for CQC projects. The
services also include monitoring compliance with environmental, safety
and material testing requirements; prepare construction cost
estimates; and provide construction photographs and video recordings.
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. 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 providing the Government and contractor agree on
the amount. Each project awarded will be issued as a firm fixed price
A-E delivery order. The Government will determine the delivery order
amount by using rates negotiated and negotiate the effort required to
perform the particular project. The base year of the contract shall not
exceed twelve months or $500,000.00 total fee, whichever comes first.
The Government guarantees a minimum amount of $25,000.00. The
Government reserves the option to extend the contract for an additional
year. There will be no future synopsis in the event the options
included in the contract are exercised. Estimated construction cost of
project is $5,000,000.00 to $10,000,000.00. Estimated date of contract
award is November 1995. 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 construction surveillance of bridge warehouse
and multiple family housing projects in tropical areas. (2) Specialized
recent experience and technical competence of firm or particular staff
members in various complex construction, such as bridge structures
including silica fume concrete additives and epoxy coated reinforcing
steel, warehouses in excess of 100,000 square feet and military
design/build multiple family housing. (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)
Architect-Engineer 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. This prospective contract is a
potential 100 percent set-aside for small business (SB) concerns. The
small business size standard classification is SIC 8741 ($5 million in
annual receipts). If adequate interest is not received from qualified
SB concerns, this solicitation will automatically be opened to all
firms regardless of size or concern without further notice. Replies to
this notice are, therefore, requested from all concerns as well as SB
concerns. Each firm's past performance and performance rating(s) will
be reviewed during the evaluation process and can affect the selection
outcome. All 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. This is not a request for a proposal. See Note 24.
(0209) Loren Data Corp. http://www.ld.com (SYN# 0020 19950731\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|