COMMERCE BUSINESS DAILY ISSUE OF MAY 25, 2001 PSA #2859
SOLICITATIONS
C -- ARCHITECT-ENGINEER SERVICES FOR THE RENOVATION OF THE MEDICAL CLINIC AT MCMURDO STATION, ANTARCTICA, NATIONAL SCIENCE FOUNDATION
- Notice Date
- May 23, 2001
- Contracting Office
- Pacific Division, NAVFACENGCOM (ACQ0242), Architect-Engineer/ Construction Contracts Branch, 4262 Radford Drive, Honolulu, HI 96818-3296
- ZIP Code
- 96818-3296
- Solicitation Number
- N62742-01-R-0009
- Point of Contact
- Contact Mr. Marc Murashige, Contract Specialist, (808) 474-6321 or Mr. Melvin Yoshimura, Contracting Officer, (808) 474-5406
- Description
- Services include, but are not limited to design and engineering services for the Renovation of the Medical Clinic at McMurdo Station, Antarctica, National Science Foundation. The design will include the reuse and renovation of existing structures as well as a new addition to the existing structure. Several important design considerations are: minimizing environmental impact, energy conservation and logistics. 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 design and engineering services include preparation of cost certification and/or project engineering documents. 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 date is September 2001. 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 the design of hospitals and design of extremely remote cold weather facilities. (2) Specialized recent experience and technical competence of firm or particular staff members in the design of hospitals and design of extremely remote cold weather facilities. Travel to McMurdo Station, Antarctica is required. Proposed personnel must pass strict medical and dental examinations. Interested A-E's must clearly address the health of all proposed personnel who will travel to McMurdo Station. (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) Experience in sustainable design and quality control program. (6) 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. (7) Extent to which firms identify and commit to small business (SB), small disadvantaged business (SDB), women-owned small business (WOSB), historically underutilized business zone small business (HUBZoneSB), and historically black college or university and minority institution (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. (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. The contract requires that the selected firms have on-line access to email via the Internet for exchange of correspondence/information. 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 Related Services for Specific Project. The address is Pacific Division, NAVFACENGCOM (ACQ 0242), Architect-Engineer/Construction Contracts Branch, 4262 Radford Drive, Honolulu, HI 96818-3296. A-E firms utilized by the prime A-E must also submit completed Standard Forms 254 and 255. Two copies of each form is required. IN BLOCK 10 OF THE SF255, INCLUDE A SUMMARY OF QUALIFICATIONS IN NARRATIVE DISCUSSION ADDRSSING EACH OF THE ABOVE SELECTION EVALUATION CRITERIA. IF NCECESSARY, CONTINUE ON PLAIN BODN PAPER. For selection criteria "(3)" the government will also evaluate each firm's past performance and performance rating(s) from the architect-engineer contract administration support system (ACASS) during the evaluation process which can affect the selection outcome. For selection criteria "(7)", the Government will evaluate firms by the government wide goals, therefore, offeror should identify each firm (prime and subs) by name, discipline and size status. In addition, the offeror should provide information on past performance on SB, SDB, etc. and/or any awards received for outstanding support of SB, SDB, WOSB, HUBZoneSB, and HBCU/MI or other documentation. Documentation may include SBA awards, final Subcontracting Reports for Individual Contracts (SF294), copies of performance evaluations on the implementation of subcontracting plans or periodic compliance reviews, and/or information on existing or pending mentor-prot g agreements. The statutory Government wide goals for the total value of all prime contract awards per fiscal year are 23% to SB, 5% to SDB, 5% to WOSB, 5% to HBCU/MI, and 1-1/2% to HUBZoneSB. Small Disadvantaged Businesses must obtain formal certification form the Small Business Administration to receive contract evaluation benefits reserved for Small Disadvantaged Businesses. This includes receiving benefit as a prime contractor or subconsultant under a Subcontracting Plan for subcontracting to Small Disadvantaged Businesses. Small Disadvantaged Businesses: Contact your local Small Business Administration (SBA) representative for information on the certification program or visit the SBA agency's web site at http://www.sba.gov./sdb. Prime Contractors: To determine whether a prospective subcontractor is a certified small disadvantaged business, access SBA agency's database, PRO-Net website at http://www.pro-net.sba.gov. Large Business firms who are short-listed will be required to submit a subcontracting plan before negotiation begins for contract award. THIS SOLICITATION WILL BE A SMALL BUSINESS SET ASIDE, IF WE HAVE SUFFICIENT NUMBER OF HIGHLY QUALIFIED SMALL BUSINESS CONCERNS. IF THERE ARE INSUFFICIENT NUMBER OF HIGHLY QUALIFIED SMALL BUSINESS CONCERNS, THIS SOLICITATION WILL BE OPENED TO ALL FIRMS. THEREFORE, WE ARE REQUESTING APPLICATION FROM ALL INTERESTED FIRMS. Firms responding to this announcement within 30 days from publication date will be considered. Firms must submit forms 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.
- Record
- Loren Data Corp. 20010525/CSOL005.HTM (W-143 SN50M9C9)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on May 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|