Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612

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

C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF FY96 MCA DPW FACILITIES, SCHOFIELD BARRACKS, HAWAII SOL DACA83-96-R-0041 DUE 071196 POC Point of contact, Harold Nakaoka (808) 438-0021 (Site Code XXCA83) C--Architect-Engineer Services for Design of FY96 MCA DPW Facilities, Schofield Barracks, Hawaii. A-E services, including the preparation of plans, specifications, design analysis, and cost estimates are required for solicitation of bids or proposals for the construction of administration, maintenance, and hazardous material storage facilities. Drawings must be accomplished by CADD and in metric units. Basic contract is for final (100%) and contract design documents. Design shall be based upon a conceptual (10%) floor plan design to be furnished by the Government. Government options for various design review conferences, site visits during construction, etc. may be included. The estimated design performance period is 360 calendar days after award of the contract. Design of a 2,880 square meter maintenance building with administration and office space. Maintenance functions include carpenter shop, masonry shop, painter shop, metal/welding shop, and ''self-help store''. Design shall provide for planned future expansion to accommodate other shop areas, electric, plumbing, etc. Also included is a 740 square meter hazardous material storage facility. Associated site improvements; pavements, sewer, water, electrical, storm drainage, and telecommunication will be designed. The estimated cost of construction is between $10,000,000 and $25,000,000. 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 project; (b) specialized experience of the firm; (c) the firm's past performance on past DOD and private sector contracts (quality of work and compliance with schedule); (d) capacity of the firm to accomplish the work in the required time; (e) knowledge of the locality of the project; (f) volume of DOD contract awards within the last twelve months; (g) demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. Secondary criteria: (d) thru (g). 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) 438-0021. Request for Proposal No. DACA83-96-R-0041 shall be utilized to solicit a proposal from the firm selected. This is not a request for a proposal.(0158)

Loren Data Corp. http://www.ld.com (SYN# 0026 19960607\C-0011.SOL)


C - Architect and Engineering Services - Construction Index Page