Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 7,1995 PSA#1320

U S ARMY ENGINEER DISTRICT, MOBILE, CONTRACTING DIVISION (CESAM-CT), P O BOX 2288, MOBILE AL 36628-0001

C -- A-E DESIGN OF ADMIN FAC, INCLUD SQUADRON OPER & TRAINING FAC, FOR THE SOUTH ATLANTIC DIV (SAVANNAH & MOBILE DIST) POC Contact Mr. Dan Mizelle, 334/441-5741, Contracting Officer, Edward M. Slana (Site Code DODAAC) 1. CONTRACT INFORMATION: (Reference RFP Number DACA01-95-R-0073) a. Nature of Work: A-E services are expected to be required for the design of Army and Air Force Administration Facilities in the South Atlantic Division (NC, SC, GA, FL, TN, MS & AL). A-E services include site investigations, planning, engineering studies, concept design, final design (option), and construction phase engineering support (option). The A-E contracts will be awarded between August 1995 and September 1996. Concept designs will usually be completed within 2-3 months of contract award and final design completed within 4-6 months of concept design approval. b. Contract Award Procedure: This will be the only announcement for the design of Administration Facilities in the South Atlantic Division for contracts to be awarded during the period stated above. A list of at least three most highly qualified and technically equal firms will be selected using the primary criteria listed below. The firms will be ranked in order of negotiation using the secondary criteria listed below. When a directive for the first project of this type is received, negotiations shall begin with the top ranked firm. When a directive is received for a subsequent project, or if negotiation with a firm is unsuccessful, negotiations shall begin with the next ranked firm that has not been offered a contract for negotiation. If the list of ranked firms is exhausted, the negotiation cycle shall begin again with the top ranked firm. None of the projects have been authorized for design and funds are not presently available for any contract (FAR 52.232-18). This announcement is open to all businesses regardless of size. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. The subcontracting goals for this contract are a minimum of 60% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and 7% be placed with SDB. The subcontracting plan is not due with this submittal. 2. PROJECT INFORMATION: These contracts will provide for design for new and/or renovations of Administration Facilities. The work may include supporting facilities with associated energy monitoring and control systems, communication systems, fire protection and alarm systems, electrical, high temperature and chilled water systems, water and sewer utilities, demolition and site development and improvements. Designs for the demolition of existing facilities will include the requirements for asbestos testing and preparation of plans, specifications, cost estimates and all other documentation necessary to contract the removal, replacement and/or repair of asbestos and asbestos related construction materials (it will not be possible for the Government to indemnify the selected firm against liability claims connected with asbestos). Design for the removal and disposal of lead base paint is required. Topographic surveys and construction phase services, such as shop drawing review and site visits will be required for some projects. The estimated construction cost is between $5-10 million. The final design drawing files shall be submitted in Autocadd Version 12 or Microstation. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria ''A'' through ''D'' are primary. Criteria ''E'' through ''G'' are secondary and will only be used as ''tie-breakers'' among technically equal firms. A. Professional Qualifications: (Professional registration required for Architecture and Engineering) (1) Architecture; (2) Interior Design: NCIDQ certification or professional registration in interior design or architecture, and evidence of experience by both the firm and key personnel in comprehensive interior design, including space planning, prewired workstations, furniture specifications, and knowledge of the acquisition process including applicable FAR and funding limitations; (3) Civil Engineer; (4) Electrical Engineer; (5) Mechanical Engineer; (6) Structural Engineer; (7) Fire Protection Engineer: A Registered Fire Protection Engineer or a Registered Professional Engineer with a minimum of 4 years of fire protection system design experience; (8) Corrosion Engineer/Specialist (National Association of Corrosion Engineers (NACE) licensed certified specialist or NACE licensed Corrosion Engineer; (9) Cost Estimator (dedicated full time cost estimating personnel shall be identified, and shall be experienced in their various technical fields of cost estimating); (10) Environmental Engineer(s) registered in the States of Florida and Tennessee (for work in those states) with applicable experience in dealing with permits at the local, state, and federal level of Government. Resumes (Block 7 of the SF 255) must be provided for these disciplines indicating qualification and professional registration, or certification as applicable, including consultants. B. Specialized Experience and Technical Competence: (1) Office Buildings; (2) Military training facilities; (3) Squadron operations facilities; (3) Experience with use of automated cost estimating systems, preferably IBM/MS-DOS compatible ''M-CACES Composer Gold'' and the Air Force ''Parametric Building Model System''; (4) Quality Management Plan: In Block 10 of the SF 255 describe the firms's quality management plan, including an organizational chart, quality assurance, cost control, and coordination of in house work with consultants. C. Capacity to accomplish a project within the required time frame; D. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules; E. Geographic location with respect to Southeastern U.S. F. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort; G. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Firms must submit a copy of their SF 254 and SF 255, and a copy of each consultant's SF 254. The 11/92 edition of the forms must be used, and may be obtained from the Government Printing Office. These must be received in the Mobile District Office (CESAM-EN-MN) not later than close of business on the 30th day after the date of publication of this solicitation in the Commerce Business Daily. If the 30th day is a Saturday, Sunday, of Federal holiday, the deadline is the close of business of the next business day. Include ACASS number in Block 3b. Call the ACASS Center at 503-326-3459 to obtain a number. Solicitation packages are not provided. This is not a request for proposal. As required by acquisition regulations, interviews for the purpose of discussing prospective contractors' qualifications for the contract will be conducted only for those firms considered highly qualified(0095)

Loren Data Corp. http://www.ld.com (SYN# 0021 19950406\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page