Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 1,1995 PSA#1481

U.S. Army Engineer District, Honolulu, Corps of Engineers, Bldg 230, Attn: CEPOD-ET-MA, Fort Shafter, HI 96858-5440

C -- ARCHITECT-ENGINEER SERVICES SOL DACA83-96-R-0005 DUE 011196 POC Point of Contact, Harold Nakaoka (808)438-6927, Contracting Officer, Florence K. Nii (808)438-8594. Indefinite Delivery Architect-Engineer Services Contract (Architectural) for Design of Miscellaneous Projects in the Pacific Basin. Sites of work will be located primarily in the State of Hawaii but may include other Pacific Basin locations. Services will be implemented through individual Delivery Orders, each not to exceed $150,000, with a maximum contract amount of $750,000 for a one-year period. The Government may, as an option, extend the contract an additional year at a contract amount NTE an additional $750,000. Method of allocation of delivery orders among the architectural indefinite delivery contracts will be made by availability of Architect-Engineer at the time of identification of the delivery order and specific expertise of the Architect-Engineer with the identified work. The Government obligates itself to obtain no less than $15,000 in services during the term of the base year and $7,500 in services during the term of the option year. Firms must have primary capabilities in architecture and/or sub-consultants for the following disciplines: civil, mechanical, electrical, survey, structural, geotechnical, interior design, environmental, specification writing and cost estimating. Compatibility with specific computer-aided drafting (CAD) equipment, and format of required CAD products, is a requirement. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria in descending order of importance are: (a) professional qualifications of the firm's staff/consultants to be assigned to the projects, (b) specialized experience of the firm in the architectural design of repair, renovation, alteration and construction projects, (c) experience in Indefinite Delivery A-E service contracts, (d) the firm's past performance on DOD and private sector contracts (cost control, quality of work, compliance with schedule), (e) capacity of the firm to accomplish work in the required time (size of firm, workload, etc.), (f) geographical location and knowledge of the locality of the projects, and (g) extent of participation of SB, SDB, historically black colleges and uiversities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. Offeror must provide 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 subcontracting 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's intended subcontract amount be placed with small business (SB), which includes small disadvantaged businesses (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. The selected firm will be required to obtain Defense Base Act insurance (workman's compensation insurance) for work performed outside the United States. 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 date 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 a completed Standard Form 254 for themselves and their subconsultants, 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 small and disadvantaged firms in accordance with the provisions of Public Law 95-507. For further information regarding this proposed acquisition, telephone (808) 438-6927. Request for Proposal No. DACA83-96-R-0005 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal. (0333)

Loren Data Corp. http://www.ld.com (SYN# 0025 19951130\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page