|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1996 PSA#1574Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Building 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR FY96 DFSC WR81492, SEISMIC
ENGINEERING STUDY, DFSP FISC, GUAM SOL N62742-96-R-0017 POC Contact Ms
Carol Tanaka, Contract Specialist, (808) 474-6322 Services include,
but are not limited to design and engineering services for seismic
analysis and design for the U.S. Navy (FISC) fuel storage and
distribution system on Guam. Initial study shall include a systems
integrity check of the system and indentification of corrective
measures to all deficiencies. 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 engineering services include
preparation of engineering study. 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 $1,000,000 to $5,000,000.
Estimated start and completion dates are June 1996 and September 1998,
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 seismic
analysis and design of fuel storage and distribution systems. (2)
Specialized recent experience and technical competence of firm or
particular staff members in seismic analysis and design of above ground
bulk storage tanks, underground pipelines, valve pits, deep wells, and
fuel pier. (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. 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. (0103) Loren Data Corp. http://www.ld.com (SYN# 0017 19960415\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|