Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2004 FBO #0891
SOLICITATION NOTICE

C -- Project Specific Information: Provide multi-discipline Architect-Engineer (A-E) services for a project entitled: Malmstrom ADAL Fitness Center, Malmstrom AFB, Montana.

Notice Date
5/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
US Army Engineer District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-04-R-0027
 
Response Due
6/3/2004
 
Archive Date
8/2/2004
 
Point of Contact
Sonya Lira, 206-764-6741
 
E-Mail Address
Email your questions to US Army Engineer District, Seattle
(sonya.l.lira@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Project Specific Information: Provide multi-discipline Architect-Engineer (A-E) services for a project entitled: ??????Malmstrom ADAL Fitness Center, Malmstrom AFB, Montana.?????? This service to include preparing plans, specifications, design analy sis, construction estimates to include: Designing an addition for and renovation of an existing fitness center constructed in 1957. Space requirements are as follows: 17,039 SF (1583 SM) for the addition, which will include a six-lane lap pool; 19,623 SF (1,823 SM) for renovation. Renovation shall include a new sports court, enlarged exercise room and a new health and wellness center with testing and classroom spaces; repair/replacement in kind of the existing roof and upgrading of the mechanical and electrical systems. The work will involve developing a plan for temporary fitness center operation until the project is ready for occupancy. Due to expansive soil condition construction will include concrete foundations consisting of piles, grade beams a nd reinforced concrete floor slabs. The building frame is to be structural steel and concrete masonry units with exterior insulation system veneer or other materials to be compatible with adjacent structures. Roof to be standing seam metal roof. Other f eatures will include site utilities, EMCS, connection to existing high temperature hot water system, telephone, cable TV, LAN, irrigation sprinkler system for landscaping, force protection, and all site development. Comprehensive interior design will be r equired. Selection Criteria: The following is a selection criteria listing, in priority order, the requirements for the requested A-E service. Secondary Criteria will be evaluated only for tie-breaking purposes. Primary Criteria (a-d): a) Specialized expe rience and technical competence of the firm in the design of fitness centers accommodating state of the art exercise equipment, as well as free weights, plate-loaded and sectorized equipment. b) Knowledge of locality of projects involved, as it relates to engineering design. Information provided must demonstrate expertise in geological features, climate considerations and local construction methods (familiarity with expansive soils and extreme climatic conditions specific to the Montana, North Dakota regio n). c) Professional qualifications of firm's staff and consultants to be assigned to this project and which are necessary for satisfactory performance of required services. This is to include related sustainable design and LEED design certification experi ence. d) Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Secondary Criteria: e) Extent of participation by Small Business (including women- owned Small Business, Small Disadvantaged Business, Historically Black Colleges and Universities, and Minority Institutions) in the proposed contract team, measured as a percentage of total estimated effort. Contract Information: Multi-discipline Architect-Engineering (A-E) design s ervices for project ??????Malmstrom ADAL Fitness Center, Malmstrom AFB, Montana?????? for Seattle Corps of Engineers procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36 are required for project specific geotechnical, mechanical, electri cal and some architectural, landscaping/civil, and structural engineering designs. A firm fixed priced contract will be negotiated and awarded. The contract is anticipated to be awarded in July 2004. The Standard Industrial Classification System Code (SIC) has been replaced by the North American Industry Classification System Code (NAICS). The NAICS Code for this procurement is541310, which is matched to SIC Code 8712 For the purposes of this procurement a concern is considered a small business if its avera ge annual gross receipts are $4 million or less. This announcement is open to all businesses regardless of size. If a large business is selected for this contra ct, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan or that part of the work it intends to subcontract. The subcontracting goals for the Seattle District which will be considered in the negotiation of this contract are: (1) at least 57.2 percent of a contractor's intended subcontract amount be placed with Small Businesses (SB); (2) at least 10 percent of a contractor's intended subcontract amount be placed with Small Disadvantaged Businesses (SDB) or Historically Black C ollege or University and Minority institution; and, (3) at least 10 percent of a contractor's intended subcontract amount be placed with Women-Owned Small Business (WOSB),(4) at least 3 percent of a contractor's intended subcontract amount be placed with V eteran Owned Small Business (VOSB); (5) at least 3 percent of a contractor's intended subcontract amount be placed with Service-Disabled Veteran owned Small Business (SDVOB); and (6) at least 3 percent of a contractor's intended subcontract amount be plac ed with HUB zones. To be eligible for contract award, a firm must be registered in the DOD Central Contractor Registration (CCR). Register via the CCR Internet site at http://ccr.edi.disa.mil or by contacting the DOD Electronic Commerce Information Center at 1-800-334-3414. Qualified firms desiring consideration shall submit one copy of SF 255, including organizational chart of key personnel to be assigned to this project, current SF 254, and consultant's current SF 254's. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-808-4591. Submittals should be mailed or delivered to the following address not later than 3 June 2004, 2 P.M. local time (PST): U. S. Army Corps of Engineers, Seattle District, Attention: Nancy A. Gary, 4 735 East Marginal Way South, Seattle, Washington 98134-2329. Submittals by facsimile transmission will not be accepted and will be considered non-responsive. No additional project information will be given to A-E firms. Phone calls are discouraged unless a bsolutely necessary. This is not a request for proposal. Visit the Corps of Engineers web site at http://www.nws.usace.army.mil for additional contracting opportunities or visit the Army Single Face to Industry at http://acquisition.army.mil/.
 
Place of Performance
Address: US Army Engineer District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
Country: US
 
Record
SN00578921-W 20040505/040503212152 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.