Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 10,1996 PSA#1738

U.S. ARMY ENGINEER DIVISION, BUILDING 230, ATTN: CEPOD-ET-MA, FT SHAFTER HI 96858-5440

C -- ARCHITECT-ENGINEER SERVICES CONTRACT FOR DESIGN OF BARRACKS RENOVATION PROJECTS, VARIOUS LOCATIONS, OAHU, HAWAII SOL DACA83-97-R-0005 DUE 010897 POC Harold Nakaoka, Technical Manager, (808) 438-0021 (Site Code XXCA83) Architect-Engineer Services Contract for Design of Barracks Renovation Projects, Various Locations, Oahu, Hawaii. 1. CONTRACT INFORMATION: Architect-Engineer services procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36, are require for the design of Barracks Renovation Projects, Various Locations, Oahu, Hawaii. Project authorizations and funding are not presently available. Multiple selections resulting in award of separate contracts will be made from this announcement. Award of conracts shall be not later than one year after the date of selection approval. The estimated cost of construction is between $1,000,000 and $5,000,000. Estimated performance period is 120 days for each contract. The contract is anticipated to be awarded in June 1997. This announcement is open to all businesses regardless of size. 2. PROJECT INFORMATION: Work includes the following A-E services: preparation of plans specifications, design analysis, and cost estimates for the renovation/repair/alteration of existing barracks to modernize them to current space standards and improve the quality of life. Renovation work may include the repair, replacement, or installatio of new electric, plumbing, HVAC, and/or site improvements. The following disciplines are required: architectural, structural, mechanical, electrical, and civil. Drawings must be accomplished by CADD and may require design in metric units. 3. SELECTION CRITERIA: See Note 24 for general selection process. The PRIMARY selection criteria in descending order of importance are: (a) professional qualificationsof the firm's staff/consultants to be assigned to the projects; (b) specialized experience of the firm in the design of repair, renovation, alteration, or upgrade of barracks; (c) the firm's past performance on DoD and private sector contracts (cost contro, quality of work, compliance with schedule); (d) capacity of the firm to accomplish work in the required time (size of firm, workload, etc.); (e) knowledge of the locality of the projects; and (f) demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. The SECONDARY selection criteria in descending order of importance are: (a) ocation of the firm; (b) volume of recent DoD work; and (c) participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Offerer must provde adequate documentation in blocks 7g and 10 of the Standard Form 255, Architect-Engineer and Related Services Questionnaire for Specific Project, to illustrate the extent of participation of the above-mentioned groups in terms of the percentage of the total anticipated contract effort. The selected firm, if a large business firm, must comply with FAR 52-219-9 regarding the requirement for a subcontrcting plan on that part of the work it intends to subcontract. The subcontracting goals for this contract are that a minimum of 50% of the contractor'sintended subcontract amount be placed with small business (SB), which includes small disadvantaged businsses (SDB), and 30% be placed with SDB. The subcontracting plan is not required with this submittal but the successful large business firm must submit an acceptable plan before any award can be made. 4. SUBMISSION REQUIREMENTS: Firms desiring consideration must submit a Standard Form 255 no later than 4:00 p.m., Hawaiian Standard Time, by the due date shown above or within thirty (30) calendar days from ate of this announcement, whichever is later. Should the due date fall on a weekend or holiday, the submittal package will be due the first workday thereafter. All responding firms must also include completed Standard Form 254 for themselves and their subcnsultants, if not already on file with the Pacific Ocean Division. Submittals will be sent to the address shown above. Small and disadvantaged firms are encouraged to participate as prime contractors or as members of joint ventures with other small businesses. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum possible extent with smll and disadvantaged firms in accordance with the provisions of Public Law 95-507. For further information regarding this proposed acquisition, telephone (808) 438-0021. Request for Proposal No. DACA83-97-R-0005 shall be utilized to solicit a proposal fromthe firm selected. This is not a request for a proposal. (0341)

Loren Data Corp. http://www.ld.com (SYN# 0024 19961210\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page