|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1998 PSA#2038Regional Officer in Charge of Contracts, Pacific Division, Naval
Facilities Engineering Command, 4262 Radford Drive, Honolulu, HI
96818-3296 (Code 0211) C -- ARCHITECT-ENGINEER SERVICES FOR FY 2000 MCON PROJECT P-105
AIRCRAFT INTERMEDIATE MAINTENANCE FACILITY, NAVAL SUPPORT FACILITY,
DIEGO GARCIA SOL N62742-98-R-0009 POC Contact Ms. Audrey Y. Mikami,
Contract Specialist, (808) 474-9392 Services include, but are not
limited to design and engineering services for reinforced concrete
frame building; monorail and bridge crane; compressed air; telephone
and intercommunication; fire protection and alarm system; mechanical
ventilation and air-conditioning, concrete fire pumphouse, water
storage tank, demolition of existing facilities with supporting
facilities to include utilities and parking. Preparation of Operation
and Maintenance Support Information (OMSI) manual included. 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
is between $5,000,000 to $10,000,000. Estimated start and completion
dates are May 1998 and March 1999, 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 design of aircraft maintenance facilities located in
tropical environments similar to Diego Garcia. (2) Specialized recent
experience and technical competence of firm or particular staff
members in the design of aircraft maintenance facilities located in
tropical environments similar to Diego Garcia. (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 shallalso 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 SF255. 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 Contracts Department 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. (0050) Loren Data Corp. http://www.ld.com (SYN# 0022 19980224\C-0005.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|