Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 28,1996 PSA#1561

Commander, 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