|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1998 PSA#2010Commander, Pacific Division, Naval Facilities Engineering Command,
Contracts Department, 4262 Radford Drive, Honolulu, HI 96818-3296 (Code
0211) C -- ARCHITECT-ENGINEER SERVICES FOR SPECIAL PROJECT PRL 98-9 REPAIR
TANK 19, RED HILL, FLEET AND INDUSTRIAL SUPPLY CENTER, PEARL HARBOR,
HAWAII SOL N62742-98-R-0002 POC Contact Ms. Carol Tanaka, Contract
Specialist, (808) 474-6322 Services include, but are not limited to
design and engineering services for tank repairs including repairing
defects on tank shell, coating, fuel piping and vents, and telemetering
and counterweight systems. The existing tank is an extremely large
(300,000 Bbl) underground steel tank and is 50 years old. Initial
design and engineering services include the concept development of a
leak tight tank system. The Government's objective is to ensure that
there will be no release of fuel to the environment. Tank replacement
shall also be evaluated as a method of repair. The initial services
will also include the preparation of cost estimates and project
engineering documents. 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. 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 between $1,000,000 to
$5,000,000. Estimated start and completion dates are January 1998 and
January 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 firms and staff proposed in engineering
investigation and design for repair of existing or construction of new
extremely large fuel storage tanks. (2) Specialized recent experience
and technical competence of firm or particular staff members in
engineering investigation and design for repair of existing or
construction of new extremely large fuel storage tanks. (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. A-E firms shall address
their planned potential for usage of small business, small
disadvantaged business, women owned small business, historically black
colleges and minority institutions in Block 10 of the SF254. 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 above office 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.
Firms having a current SF 254 on file with this office may also be
considered. This is not a request for a proposal. (0008) Loren Data Corp. http://www.ld.com (SYN# 0024 19980113\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|