|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 12,1996 PSA#1719Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, Bldg 258, Pearl Harbor, HI 96860-7300 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR AN INDEFINITE QUANTITY CONTRACT
FOR VARIOUS HOUSING AND ARCHITECTURAL PROJECTS IN THE PACIFIC DIVISION,
NAVAL FACILITIES ENGINEERING COMMAND AREA OF RESPONSIBILITY SOL
N62742-96-R-0038 POC Contact Ms. Carol Tanaka, Contract Specialist,
(808) 474-6322 Services include, but are not limited to design and
engineering services for preparation of plans, specifications and cost
estimates, engineering studies, Comprehensive Neighborhood of
Excellence Plans (CNP), Site Engineering Investigation (SEI) for
various housing repair, revitalization or improvement projects in the
Pacific Division, Naval Facilities Engineering Command, Area of
responsibility. Revitalization projects include renovation,
improvements and repair in order to bring the family housing unit in
comformance with current Navy criteria and to ensure an interesting,
attractive, and liveable residential environment. Work includes, but
are not limited to, identification of deficiencies landscaping,
community planning, neighborhood site repairs and improvements,
exterior and interior building repairs and improvements, survey and
plans to eliminate hazardous material, renovations of kitchens and
bathrooms, replacing all old electrical wiring, and providing fire
protection systems. Solicitation is primarily for engineering services
for renovation of 140 family housing at McGrew Point, Pearl Harbor,
Hi. In addition, other architectural related design services may be
required during the life of the contract. The Architect-Engineer (A-E)
contractor shall indentify asbestos andall hazardous materials 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. 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 contract will be a firm
fixed price A-E Contract. The Government will determine the delivery
order amount by using rates negotiated and negotiate the effort
required to perform the particular project. The contract shall not
exceed twelve months or $3,000,000 total fee, whichever comes first.
The per project limitation is $1,300,000. The Government guarantees a
minimum amount of $25,000. The Government reserves the option to extend
the contract for four additional years for a total of 5 years. There
will be no future synopsis in the event the options included in the
contract are exercised. Estimated construction cost range of the
projects are over $10,000,000. Estimated date of contract award is
December 1996. 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, Department of
Defense family housing, and/or private sector housing renovations,
repairs and improvements in tropical environments similar to Hawaii and
Guam. (2) Specialized recent experience and technical competence of
firm or particular staff members in designing Navy family housing,
Department of Defense family housing, and/or private sector housing
renovations, repairs and improvements in tropical environments similar
to Hawaii and Guam. (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) Architect-Engineer 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. (0312) Loren Data Corp. http://www.ld.com (SYN# 0024 19961108\C-0008.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|