Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 24,1998 PSA#2038

Regional 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-256 WATER TREATMENT PLANT UPGRADE PWC GUAM SOL N62742-98-R-0008 POC Contact Ms. Rika Delaunay, Contract Specialist, (808) 474-1402 Services include, but are not limited to design and engineering services for reinforced concrete building, reinforced concrete clearwell storage tank, reinforced concrete pre-treatment tank, reinforced concrete sludge settling tank, sludge de-watering facility, baffle mixing pit, metering/aerator pit; and supporting facilities such as electrical power distribution, air-conditioning, fire alarm, storm drain lines, and chain link fence. 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 $5,000,000.00 and $10,000,000.00. Estimated start and completion dates are May 1998 and March 2002, 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 Water Treatment Plant with a capacity exceeding 10 million gallons per day (MGD). (2) Specialized recent experience and technical competence of firm or particular staff members in design to upgrade Water Treatment Plant with a capacity exceeding 10 MGD. (3) Past performance on contracts with Government agencies and private industry in terms of costcontrol, 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 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# 0023 19980224\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page