Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 2,1999 PSA#2316

Directorate of Contracting, Attn: ATZL-GCC, 600 Thomas Ave., Bldg 198, Ft. Leavenworth, KS 66027-1389

C -- DESIGN/BUILD FOR MISCELLANEOUS FIRE ALARM SYSTEMS SOL DABT19-99-R-0001 POC DEBORAH K. SMITH,,Contract Specialist (913) 684-1630 or ELIZABETH M. BORNMAN, Contracting Officer, (913) 684-1626 The work and services to be performed consists of all architectural, engineering, construction and other related services necessary to provide: Design/Build Projects: Replace Fire Alarm System, Bldg 695, Hoge Hall; Upgrade and Repair Fire Alarm System, Bldg 475, USDB Castle; Install Fire Alarm System, Bldg 27, Post Theater; Install Fire Alarm System, Bldg 302 Gruber Gym. Building transmitters furnished shall be fully compatible and interchangeable with the existing Radio Fire Alarm Monitoring Base Station, which is a Monaco D-700E. The work includes the following: Bldg 695 is a 289,267 SF building complex consisting of eleven interconnecting 3-story structures. It includes living space for 616 occupants in two-man units, laundry facilities, janitorial facilities, a nightclub, gymnasium facilities and an office cluster for its operation. It is built of pre-cast floor slab construction with gypsum board over metal lath interior walls, brick veneer on the exterior walls and wood attic and roof sheathing. An addressable fire alarm system is required for this building. Bldg 475 is a 365,606 SF building complex consisting of eight, six-story wings radiating out from a center octagon hub or rotunda, which is used for control operations. This structure is the main internment building in a maximum-security military prison, built between 1913 and 1921 and is part of the Fort Leavenworth landmark historic district. It includes living space for 1300 inmates, dining, gymnasium, administrative, library, chapel etc. It is built of reinforced concrete and brick construction. An addressable fire alarm system with zoned alarm features is required for this building. Building 27 is a 10,150 SF Theater facility with a concession area and seating capacity of 878 patrons. The building was erected in 1938 and is part of the Fort Leavenworth landmark historic district. It is of brick construction. A hardwired fire alarm system is required for this building. Building 302 is a 42,137 SF gymnasium with basketball, handball, and racquetball courts, equipment storage and administrative facilities. The building was erected in 1908 and is part of the Fort Leavenworth landmark historic district. It is built of brick and steel construction. A hardwired fire alarm system is required for this building. The estimated completion for the projects (including both design and build) is (1) Bldg 695 -- 225 calendar days, (2) Bldg 475 -- 195 calendar days, (3) Bldg 27 -- 150 calendar days, and (4) Bldg 302 -- 150 calendar days. All hardware, firmware, software and information technology systems separately or in combination with each other or other elements specified in the documents developed under this contract shall be Y2K compliant in accordance with FAR 39.106. The contract type will be Firm Fixed-Price Indefinite-Delivery Requirements. Work shall be issued by negotiated firm fixed-price task orders as required. Only companies capable of design/build work should respond. The solicitation for the acquisition of these design/build projectsis formatted as a Request for Proposals in accordance with FAR Part 15 for negotiated procurements using Two-Phase Design/Build Selection Procedures in accordance with FAR 36.3. This proposal is advertised as unrestricted. If a large business is selected for award, it must comply with FAR 52.219-9 regarding the requirement for a sub-contracting plan on the work it intends to subcontract. The standard industrial code is 8711. The related small business size standard is $2,500,000.00. The magnitude of this work is between $500,000.00 and $1,000,000.00. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to this solicitation that will be the "Best Value" to the Government, price and technical factors considered. This procurement will consist of Two-Phases. Phase One is a pre-qualifying process to determine which offerors will proceed to Phase Two. The highest rated offerors will be selected and requested to submit Phase Two proposals. The maximum number shall not exceed five unless the contracting officer determines that a greater number than five is in the Government's interest. The Government will amend the solicitation to request Phase Two Technical and Price proposals from only the selected offerors. Phase One offerors will be evaluated using the following factors: (1) Past Performance; (2) Technical and Professional Qualifications; and (3) Management Approach. All include sub-factors of (1) Design team and (2) Construction teams. Firms must be capable of performing design and construction services related to the design and construction of fire-alarm system, upgrade replacement and/or installation of addressable, addressable with zoned alarm features or hardwired fire alarm systems in various types of buildings. Phase Two is to determine "Best value" to the Government. Offers will be evaluated on the following factors: (1) Best Technical Solutions and (2) Price Proposal. The Government reserves the right to reject any or all offers at any timeprior to award; to negotiate with any or all offerors; to award the contract to other that the offeror submitting the lowest price; and to award the offeror submitting the proposal determined by the Government to be the most advantageous to the Government. Offerors are advised that an award might be made without discussion or any contact concerning the proposals submitted. Offers should be submitted in the most favorable terms. Offerors should not assume that they would be contacted or afforded an opportunity to qualify, discuss, and/or revise their proposals. Firms submitting price and technical proposals will not be compensated for submitted specification or documentation. All work must be performed by or under the direct supervision of licensed professional Engineers or Architects. Firms desiring consideration must be capable of producing all design drawings on Auto-Cad version 12.0 or higher, or a compatible software system. Disclosure of sources selected to proceed to Phase Two is prohibited in accordance with FAR 3.104. The receipt date for Phase Two proposals will be established by amendment. Firms must show adequate team capacity to design/build all four projects concurrently meeting all schedules. All requests for the solicitation and any inquiries must be submitted in writing. This is not a request for proposals. Interested offerors may request and obtain the Phase One solicitation of the two-phase process. The Phase One proposal due date will be identified in the Phase One solicitation. The Phase One solicitation will provide the scope of work, evaluation factors, and submission information for interested offerors to prepare their Phase One qualification proposals. No facsimile or telephone requests will be accepted. Requests for the solicitation shall include the following information: Name, Address, Telephone number, FAX number, Cage Code, CCR and TaxPayer Identification Numbers and business size. Requests for the solicitation shall be addressed to the following. Attention Deborah K. Smith, Directorate of Contracting, 600 Thomas Unit 3, Fort Leavenworth, Kansas 66027-1399. Telephone (913) 684-1630. Posted 03/31/99 (W-SN315054). (0090)

Loren Data Corp. http://www.ld.com (SYN# 0024 19990402\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page