|
COMMERCE BUSINESS DAILY ISSUE OF JULY 27,1998 PSA#2145USAED, SACRAMENTO, ENGINEERING DIVISION,, A-E NEGOTIATIONS UNIT,, 1325
J STREET ROOM 1079, SACRAMENTO CALIFORNIA 95814-2922 C -- DESIGN OF MEDICAL CLINIC REPLACEMENT/DENTAL CLINIC ALTERATION,
EDWARDS AFB, CA SOL DACA05-98-R-0052 DUE 082898 POC Mr. Ken Parkinson,
Unit Leader A-E Negotiations Unit (916) 557-7470 Contracting Officer:
Phred Strickland (Site Code DACA05) (Site Code DACA05) CONTRACT
INFORMATION: A-E services are required for site investigation,
planning, survey and geotechnical report (option), engineering studies,
concept design, final design (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. Project will be designed in accordance with:
MIL-HEBK-1191, DoD Medical and Dental Treatment Facilities Design and
Construction Criteria; Uniform Federal Accessibility Standards (UFAS)
and Americans with Disabilities Act Accessibility Guidelines (ADAAG).
The design will be prepared in the metric system of measurement. The
contractor shall be responsible for design and drawings using
computer-aided design and drafting (CADD) and delivering the
three-dimensional drawings in Autodesk AutoCAD CADD software, release
12, MS-DOS, version 6.2 using Windows 3.1, electronic digital format.
The Government will only accept the final product for full operation,
without conversion or reformatting, in the Autodesk AutoCAD release 12
format, and on the target platform specified herein. The target
platform is a 486 DX, with DOS version 6.2 operating system with
Windows 3.1. Drawings produced by scanning drawings of record or
containing photographic images shall be delivered in a raster format
compatible with the target platform AutoCAD electronic digital format.
Drawing files shall also be delivered in Computer-aided Acquisition
and Logistic Support (CALS) electronic digital format. The
specifications will be produced in SPECSINTACT with Standard
Generalized Markup Language (SGML) using the Corps of Engineers
Military Construction Guide Specifications. Specification files shall
also be delivered in PostScript electronic digital format. Responding
firms must show computer and modem capability for accessing the
Internet to use the Criteria Bulletin Board System (CBBS) and the
Automated Review Management System (ARMS). The estimate will be
prepared using Corps of Engineer's Computer Aided Cost Estimating
System (M-CACES) (software provided by Government) or similar software.
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, it must comply with FAR 52-219.9
regarding the requirement for a subcontracting plan. Of the
subcontracted work, 62% to small business, 10% to small disadvantaged
business (subset to small business) and 5% to woman- owned small
business (subset of small business). The firms selected for these
contracts will be required to submit a detailed subcontracting plan at
a later date. If the selected firms submit a plan with lesser goals,
it must submit written rationale of why the above goals were not met.
A detailed plan is not required to be submitted with the SF 255;
however, the plans to do so should be specified in Block 10 of the SF
255. This work will include all Architectural-Engineering (A-E) and
related services necessary to complete the design, and for A-E services
during the construction phase. The SIC code is 8712 with business size
standard of maximum of $2.5 million of average annual receipts for its
preceding 3 fiscal years. A firm fixed price contract will be
negotiated. The contract is anticipated to be awarded in October 1998.
2. PROJECT INFORMATION: This project will design a medical clinic of
approximately 4,361 gross square meters (gsm), an alteration of an
existing dental clinic of approximately 21 gsm, and an ambulance
shelter of approximately 70 gsm. This project will construct a new
medical clinic to provide primary care, allergy/immunization with
pharmacy, radiology, laboratory, and support services. Project also
includes the alteration of existing dental clinic to accommodate health
care functions such as Education/Training, Readiness, mental Health and
Family Advocacy. New clinic building exterior will match the existing
medical campus architecture and roof material will be standing seam
metal. Work to include all required utility, communication and building
systems to meet national building codes and make the facility complete
and usable. Project includes demolition of substandard buildings and
associated asbestos removal in several of the buildings. The estimated
construction cost of this project is more than 10 million dollars. 3.
SELECTION CRITERIA: See Note 24 for general selection process. The
selection criteria are listed below in descending order of importance.
Criteria "a" through "e" are primary. Criteria "f" through "h" are
secondary and will only be used as "tie-breakers" among technically
equal firms. a. Specialized experience and technical competence of the
firm and consultants in: (1) Design of new facilities and alterations
to medical and dental facilities. (2) Life safety and fire protection
design of medical facilities. (3) Use of automated design systems
described above (M-CACES, CADD, SPECSINTACT, and ARMS). (4) Experience
in energy conservation, pollution prevention, waste reduction, and the
use of recovered materials. b. Qualified professional personnel in the
following key disciplines: project management, medical facility
planning, architecture, mechanical, electrical, fire protection,
structural, civil and communication engineering, cost estimating,
(certified) industrial hygienist, medical equipment planning, interior
design, operation and maintenance systems. Registered professionals
are required in the following disciplines: architecture, mechanical,
electrical, fire protection, structural and civil engineering. The
evaluation will consider education, training, professional
registration, organizational certifications, overall relevant
experience and longevity with the firm. c. Experience producing quality
designs based on an evaluation of 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, coordination of in house disciplines 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 cost control, quality of work and compliance with
performance schedules. e. Knowledge of the locality of the project site
including geological features, climatic conditions, and local laws and
regulations. f. Capacity to complete the concept design (35 percent )
by August 1999 and the final design by August 2000, assuming contract
award in October 1998. The evaluation will consider the experience of
the firm and any consultants in similar size projects, and the
availability of an adequate number of personnel in key disciplines. g.
Extent of participation of small business, small disadvantaged
business, woman owned small business, historically black colleges and
universities or minority institutions in the proposed contract team,
measured as a percentage of the total estimated effort. h. Volume of
DoD contract awards in the last 12 months as described below. 4.
SUBMISSION REQUIREMENTS: See Note 24 for general submission
requirements. Interested Architect-Engineer firms having the
capabilities to perform this work are invited to submit TWO (2)
completed SF 255 (11/92 edition) US Government Architect-Engineer and
Related Services Questionnaire for Specific Project for themselves and
TWO (2) completed SF 254 (11/92 edition) for themselves and one for
each of their subcontractors to the office shown here and above, ATTN:
A-E Negotiations Unit. In SF 255, Block 3b, provide the firm's ACASS
number. For ACASS information, call (503) 326-3459. Provide an
organization chart just prior to Block 7. In Block 7 of the SF 255,
provide resumes for all key team members, whether with the prime firm
or a subcontractor; list specific project experience for key team
members, and 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 SF 255, Block 3b. In
Block 9 of the SF 255, responding firms must indicate the number and
amount of fees awarded on DoD (Army, Navy, and Air Force) contracts
during the 12 months prior to this notice, including change orders and
supplemental agreements for the submitting office only. In Block 10 of
the SF 255, provide the design quality management plan 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 5
additional copies. Responses received by the close of business (4:30
pm) on the closing date will be considered for selection. If the
closing date is a Saturday, Sunday or FederalHoliday, the deadline is
the close of business on the next business day. No other notification
will be made and no further actin is required. Solicitation packages
are not provided for A-E contracts. This is not a request for
proposals. All responsible sources may submit the required SF 255 and
SF 254 which shall be considered by the agency. See Numbered Notes 24
and 26. Please note that all contractors and potential contractors must
register with the Central Contractor Registration database, effective
31 May 1998. For instructions on registering with the CCR, please see
Contracting Division's Internet Home Page at
http://www.spk.usace.army.mil/cespk-ct. Posted 07/23/98 (I-SN227580).
(0204) Loren Data Corp. http://www.ld.com (SYN# 0031 19980727\C-0012.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|