|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1996 PSA#1561Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Building 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR FY 98/99 MCON PROJECT P-400/400A
BILGE AND OILY WASTE COLLECTION AND PROCESSING FACILITIES, PEARL
HARBOR NAVAL COMPLEX SOL N62742-96-R-0012 POC Contact Clifford Sagara,
Contract Specialist, (808) 474-6315 Services include, but are not
limited to design and engineering services to provide facilities for
the collection and processing of bilge and oily waste off loaded at the
Pearl Harbor Naval Complex. Pier side collection piping will be
provided for the Bravo and Mike Piers at Naval Station, the Sierra,
Yankee, Kilo, and Hotel Piers at Submarine Base as well as for Dry
Docks One, Two, Three, and Four at Pearl Harbor Naval Shipyard. An
8,100 SF enclosed processing, operation, and chemical storage facility
is included. Two existing 150 GPM bilge and oily waste treatment
systems (BOWTS) will be relocated, repaired and upgraded as required.
A 500,000 gallon secondary storage and equalization tank will also be
provided. The project includes partial demolition of an existing
storage tank. Supporting utilities, drainage, parking, fencing, and
other incidental site improvements, in addition to the demolition of
Building 97, cathodic and fire protection are included. Construction
will be done in two phases. 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 $10,000,000.00 to $40,000,000.00. Estimated start
and completion dates are 1 Jun 1996 and 1 Jun 2000, 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 firm
and staff proposed in designing ship's bilge and oily waste collection
and processing systems, including the design for underground piping in
heavily congested industrial/waterfront/shipyard areas. (2) Specialized
recent experience and technical competence of firm or particular staff
members in designing ship's bilge and oily waste collection and
processing systems, including the design for underground piping in
heavily congested industrial/waterfront/shipyard areas. (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)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
(7) 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. (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. (9) Use of Small or
Small Disadvantaged or Women-owned Small Business firms shall also be
considered. A Subcontracting Plan will be required from large business
firms 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. 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. (0086) Loren Data Corp. http://www.ld.com (SYN# 0025 19960327\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|