Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 10,1996 PSA#1612

U.S. Army Engineer District, Alaska, ATTN: CENPA-EN (Wohlbach), P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets, Building 21-700 (Rm 250), Elmendorf AFB, AK 99506-0898)

C -- ARCHITECT-ENGINEER SERVICES CONTRACT FOR DESIGN HOSPITAL REPLACEMENT, FORT WAINWRIGHT, ALASKA SOL DACA85-96-R-0027 POC POC: Ms. June Wohlbach, 907/753-5624, Contracting Officer: Ms. Gail West 1. CONTRACT INFORMATION: A-E services are required for: site investigation, planning, engineering studies, concept design, final design (option), geotechnical and survey (option) and construction phase services (option) for the subject project.Construction phase services may include preparation of operation and maintenance manuals and shop drawing approval. This announcement is open to all businesses regardless of size. A firm-fixed-price contract will be negotiated. The contract isanticipated to be awarded in September 1996. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that partof the work it plans to subcontract. The subcontractinggoals for this contract are a minimum of 60.3% of the contractor's intended subcontract amount be placed with small businesses, 9.8% of that to small, disadvantaged businesses, and 2.9% to woman-owned businesses. The plan is not required with thissubmittal. 2. PROJECT INFORMATION: This project will design a new hospital of approximately 23,000 gross square meter (gsm). The facility will include: 32 beds, internal medicine,general surgery, ENT, orthopedics, obstetrics and gynecology,pediatrics, and family practice, and associated ancilliary and support spaces. Supporting facilities include water, sewer, natural gas, HVAC, electric service, security lighting, parking, storm drainage, communication and information systems, andgeneral site improvements. Project will be designed in accordance with: MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and Construction Criteria; Uniform Federal Accessibility Standards (UFAS); and Americans with Disabilities ActAccessibility Guidelines (ADAAG). The design will be prepared in the metric system of measurement. Construction cost estimates will be prepared on IBM-compatible personal computers with the latest version of the Corps of Engineers' Computer Aided CostEstimating System-Gold (M-CACES-Gold), using the TRACES work breakdown structure format. Software and databases will be provided by Government. Design drawings will be produced in a format fully compatible with Autocad Version 13. The specificationswill be produced in SPECSINTACT using Corps of Engineers Military Construction Guide Specifications. The responses to design review comments will be provided on Corps of Engineers Automated Review Management System (ARMS). Work may include asbestosand lead based paint abatement. The estimated construction cost of this project is over 50 million dollars. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by eachsub-criterion). Criteria ''A'' through ''E'' are primary. Criteria ''F'' and ''G'' are secondary and will only be used as tie-breakers between technically equal firms. A. Specialized experience and technical competence of the firm and consultants in: (1)Design of medical facilities. (2) Life safety and fire protection design of medical facilities. (3) Knowledge of the locality of the project including geologic features, climatic conditions (subarctic), seismic, and local construction methods. (4) Useof automated design systems described above (M-CACES-Gold, CADD, SPECSINTACT, and ARMS). B. Qualified professional personnel in the following key disciplines: project management; medical facility planning, architecture, mechanical, electrical, fireprotection, structural, civil, communication engineering; cost estimating; certified industrial hygienist; medical equipment planning; medical gas systems engineering; interior design; operation and maintenance systems. Registered professionals arerequired in the following disciplines: architecture, mechanical, electrical, fire protection, and civil/structural engineering. The structural engineer should demonstrate expertise in design of similar facilities in Seismic Zone 3 and experience insubarctic design. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. The project manager, senior project (lead) architect, and potential future onsite construction represntativeshall be direct employees of the firm. The potential future onsite construction representative shall be a project level architect fully involved in the project from the 35% design phase onward. The contractor shall employ, for the purpose ofperforming that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (Thismeans that work physically completed in the state of Alaska (i.e., geotechnical, survey, etc.) must use Alaskan residents. Please contact the POC above if you require further explanation.) C. Experience producing quality designs based on an evaluationof a firm's design quality management plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of inhousedisciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. D. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performanceschedules. E. Capacity to complete the concept design (35 percent) by Aug 97 and the final design by Aug 98. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequatenumber of personnel in key disciplines. 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 ofthe total estimated effort. G. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit copies of SF 255 (11/92 edition) and twocopies of SF 254 (11/92 edition) for the prime and for each consultant to the above address not later than close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline isthe close of business of the next business day. In SF255, block 3b, provide the firm's ACASS number. In SF255, block 7, list specific project experience for key team members, indicate the team members role on each listed project (project manager,architect, design engineer, etc.), and identify where the team member is located if different from SF255, block 3b. In SF255, block 10, provide the DQMP and the names and telephones numbers of clients as references on three most recent, nonmilitary,medical facility designs. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Short listed firms may be requested to submit up to 5additional copies. Solicitation packages are not provided. This is not a request for proposal.(0158)

Loren Data Corp. http://www.ld.com (SYN# 0022 19960607\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page