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