Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 5,1995 PSA#1446

US Army, Sacramento District, Corps of Engineers, 1325 J Street, Sacramento, California 95814-2922

C -- POTENTIAL FIXED PRICE CONTRACT FOR DESIGN/ADAL OF LIGHT INDUSTRIAL PROJECTS/VEHICLE MAINTENANCE SHOPS IN SUPPORT OF THE SACRAMENTO DISTRICT PROGRAM SOL DACA05-96-R-0004 DUE 103195 POC Contact: Mr. Richard Dabrowiak, Chief, A-E Negotiations Section (916) 557-7470/Contracting Officer: Judith E. Grant 1. CONTRACT INFORMATION: Work and services may consist of the design for various types of light industrial facility/maintenance type facilities including such projects as warehouse facilities, maintenance shops and simple processing facilities in support of the Sacramento District's assigned military design program in various fiscal years. The projects will generally be in the states of CA, AZ, NV, and UT. This will be the only announcement for the design of light industrial/maintenance facilities for the Sacramento District during the next 12 months, unless a project is identified during that time frame which has significantly different features from what is described below. A-E contracts will be awarded for a 12 month period after selection approval. A separate firm-fixed-price contract will be negotiated and awarded for each project. A list of at least three firms will be selected. When a design authorization for the first project of this type is received, negotiations will begin with the top ranked firm. When an authorization is received for a subsequent project, or if negotiations with a firm for a project are unsuccessful, negotiations will begin with the next ranked firm that has not been offered a project for negotiation. If the list of ranked firms is exhausted, the negotiation cycle will begin again with the top ranked firm. None of the projects have been authorized for design and funds are not presently available for any contracts. This announcement is open to all businesses regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected for this project, it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan on that part of the work it intnds to subcontract. The recommended goal for the work intended to be subcontracted is 52.2% for small business. It further states that out of that 52.2%, 8.8% is for small disadvantaged business and 3.0% is for small business/woman owned. A firm that submits a plan with lesser goals must submit written rationale to support goals submitted. The detailed plan is not required to be submitted with SF 255. The plans to do so should be specified within the appropriate portion of the SF 255 submitted. This work will include all architectural/engineering and related services necessary to complete the design, and related services during construction for these projects. 2. PROJECT INFORMATION: These contracts may include the design of hangar bays and shops, maintenance areas, office and personnel support areas, parts and/or equipment storage, interior security features and computer rooms. The facilities may also include fire sprinkler systems, site improvements, utility connections, electrical, heat, air conditioning, communication, fencing and paving. If demolition of existing facilities is required, it may necessitate an asbestos study with documents developed for its removal. A charrette process for data gathering may be utilized. These projects may be designed using the metric system of measurement. Firms should indicate relevant metric design experience in block 8. The estimated construction costs per project range from $1,000,000 to $10,000,000. 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-d are primary. Criteria e-g are seconday and will only be used as ''tie-breakers'' among technically equal firms. a. Specialized recent experience in the required work and technical competence in: (1) Design of new and alteration of light industrial and maintenance type projects. (2) Responding firms must indicate computer capability for CADD services and for accessing an electronic bulletin board and Sacramento District's Automated Review Management System (ARMS). The end result of this design shall be drawings, and in addition, the contractor shall provide electronic data in and/or compatible with vectorized Autocad format (latest version). (3) The Corps of Engineers Computer Aided Cost Estimating System (M-CACES) may b used to develop design cost estimates. b. Qualified professional personnel in the following key disciplines: project management; architecture, electrical, mechanical, civil, structural and geotechnical engineering; communication engineering; cost estimating; and certified industrial hygienist. c. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. d. Capability of the firm to accomplish work in the required time frame including professional qualifications of firm's staff and consultants to be assigned to the projects which are necessary for satisfactory performance in the required services. (1) The breadth and size of a firm will be considered to match the complexity/simplicity of the proposed project. e. Volume of DoD contract awards in the last 12 months. f. Geographic proximity to the Sacramento District boundaries. g. Participation of small businesses, small disadvantaged businesses, historically black colleges and universities and minority institutions measured as a percentage of the estimated effort. 4. SUBMITTAL REQUIREMENTS: Architect-Engineer firms having capabilities to perform this work are invited to submit one completed Standard Form 255, US Government Architect-Engineer and Related Services Questionnaire for Specific Project, and one completed SF 254 for themselves and all their subcontractors to the office shown above. In Block 7 of the SF 255, provide resumes for all key team members, whether with the prime firm or subcontractor. In Block 9 of the SF 255, responding firms must indicate the number and amount of DoD (Army, Navy, Air Force) contracts awarded in the 12 months prior to this notice, including change orders and supplemental agreements. In Block 10 of the SF 255, describe the firm's quality control plan including coordination of subcontractors. Responses received by the close of business on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of the next business day. No other notification to firms under consideration for this project will be made and no further action is required. All responsible sources may submit the required SF 254 and 255 which shall be considered by the agency. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Nmbered Note 24. (0276)

Loren Data Corp. http://www.ld.com (SYN# 0024 19951004\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page