Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 13, 2001 PSA #2892
SOLICITATIONS

C -- ARCHITECT-ENGINER SERVICES FOR AIR FORCE MILITARY CONSTRUCTION (MILCON) PROGRAM TO REPAIR AIRFIELD PAVEMENT, WHARF AND FACILITIES, WAKE ISLAND

Notice Date
July 11, 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-0020
Point of Contact
Mr. Melvin Yoshimura,Contracting Officer, (808) 474-5406
Description
Services include, but are not limited to design and engineering services for the preparation of final plans, specifications and cost estimates for the repair of the main runway pavement and wharf, marine bulkhead and causeway at Wake Island. The existing runway pavement is to be removed and repaved and stripped. The wharf will require new sheet piles, new walers, tie-back rod, and relocation of Building 1705. Runway design corrective action includes but not limited to block cracking, alligator cracking, rutting, settlement, and re-paving. Wharf design corrective action includes but not limited to building repairs, sheet piling, cathodic protection, and environment abatement. 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. Follow-on phases may include post-construction award services; construction surveillance and inspection services; operational and maintenance support information services. In addition, the Government retains the option to have the A-E provide design and engineering services to repair the taxiway and main apron. Estimated construction cost of over $10,000,000. Estimated design start and completion dates are September 2001 and April 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 designing airfield pavements and waterfront facilities. (2) Specialized recent experience and technical competence of firm or particular staff members in designing to correct major repairs to runway and wharf. (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 programs. (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), historically black college or university and minority institution (HBCU/MI) and veteran-owned small business (VOSB) and service disabled veteran-owned small business (SDVOSB) 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. Only one copy 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, 2% to HUBZoneSB and 3% to VOSB & SDVOSB. Naval Facilities Engineering Command (NAVFAC) subcontracting goals are 65% to SB, 12% to SDB, 5% to WOSB, 3% to VOSB and 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. 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. 20010713/CSOL009.HTM (W-192 SN50R4Z6)

C - Architect and Engineering Services - Construction Index  |  Issue Index |
Created on July 12, 2001 by Loren Data Corp. -- info@ld.com