Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 8,1995 PSA#1279

U. S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place, Room 821, Louisville, Kentucky 40202-2230

R -- CONSTRUCTION INSPECTION AND TESTING SERVICES FOR U. S. ARMY RESERVE CENTER AND MAINTENANCE SHOP, TOLEDO, OH Contact Mrs. Robin Woodruff, (502) 582-5598. 1. CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract. The estimated construction cost is between $5,000,000.00 and $10,000,000.00. Estimated starting and completion dates are April 1, 1995 and March 31, 1996, respectively. 2. PROJECT INFORMATION: The scope of services consists of providing construction inspection and testing for a new 450-member Army Reserve Center and Maintenance Shop for training of four Reserve Units. The Reserve Center is a 36,000 SF single story building with a mechanical mezzanine. The OMS/AMSA is a single story building for the work bays, one interior wash bay and a tire changing bay. The OMS building contains six work bays and two interior wash bays. The wash bays will have high pressure hot water vehicle wash units and wash water recycling units. Some of the mechanical considerations include an ice storage system with fan powered VAV for the training building and radiant heat in the floor of the OMS building. The services include on site construction inspection of work in progress. Purpose of the inspection is to assure that the construction contractor's quality control program functions as specified to produce an end product which complies with construction contract requirements. The inspector shall report to the Corps of Engineers Construction Representative from the Detroit Project Office. The inspector shall typically be on site (Toledo) 5 days per week, 8 hours per day. The inspector shall be experienced in construction inspection and testing. The firm providing the services may provide supplemental personnel on an as needed basis when additional expertise is needed beyond the inspectors capabilities for any type of specialized testing and/or inspection that may be required. 3. SELECTION CRITERIA: Submittals will be evaluated against the general evaluation factors listed in Note 24 in descending order of importance. Additional specific evaluation criteria is provided as follows. Firms must indicate experience in inspecting construction, workmanship and material samples; participating in meetings with the construction contractor in regards to quality control and safety; reviewing daily quality control reports prepared by the construction contractor's quality control manager; preparing daily quality assurance reports, and taking samples and preforming tests as a quality assurance check. Firms must indicate experience in testing of concrere strength, air content and slump, soil density, bituminous asphalt mixtures, aggregate graduations and density, visually inspection of welds in accordance with AWSD1.1. Firms must indicate testing by approved laboratories. Prference will be given to firms indicating on their SF 255 previous experience in inspection and testing of DOD projects 4. SUBMITTAL REQUIREMENTS: A. See Note 24 for general submission requirements. Firms which are interested and meet the requirements described in this announcement are invited to submit one completed SF 255 (Revision 11-92), U.S. Government A/E and Related Services for Specific Projects to the office shown above. SF 255 (Revision 10-83) is obsolete and only the 11-92 edition of SF 255 will be accepted. All responses on SF 255 to this announcement must be received no later than 4:30 pm Local Time on the 30th calendar day after the date of this publication to be considered for selection. The day following this CBD announcement counts as day number 1. If the 30th day falls on Saturday, Sunday or a U. S. Gov't holdiay, the deadline is the close of business on the next Gov't. business day. b. It is requested that interested firms list the fee amount and date of all DOD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF 255. c. Responding firms must submit a current and accurate SF 254 for each proposed consultant. Additionally, all responding firms which do not have a current (within the past 12 months) SF 254 on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF 254. If a SF 254 is included, only the 11-92 edition of the form will be accepted. The business size status (large, small and/or minority) should be indicated in Block 3 of the SF 255. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. d. No other information including pamphlets or booklets is requested or required. e. No other generl notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A/E contracts. This is not a request for proposals. (034)

Loren Data Corp. http://www.ld.com (SYN# 0092 19950207\R-0001.SOL)


R - Professional, Administrative and Management Support Services Index Page