Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1995 PSA#1285

U. S. Army Corps of Engineers, Omaha District, 215 North 17th Street, Omaha, NE 68102-4978

C -- POTENTIAL FIXED-PRICE CONTRACTS FOR DESIGN OF AIRFIELD LIGHTING AND AIR TRAFFICE CONTROL FACILITIES SOL DACA45-95-B-0036 POC For further information, Contact John Miller at: (402) 221-4176. CONTRACT INFORMATION: A-E services are expected to be required for the design of this type of project within the Omaha District. Services required may include site investigations, studies, reports, concept design, final design, and construction phase services. A separate firm-fixed-price contract will be negotiated for each project. A list of at least three most highly qualified firms will be ranked for order of negotiation and award using the evaluation criteria listed below. When a directive for the first project of this type is received, negotiation shall begin with the top ranked firm. When a directive is received for a subsequent project or if negotiations with a firm for a project are unsucessful, negotiation shall begin with the next ranked firm. If the list of ranked firms is exhausted, the negotiation cycle shall begin again with the top ranked firm. Firms will be selected for this type project from the list established under this solicitation for the next 12 months. No projects of this type are currently authorized for design and funds are not presently available for any contracts (see FAR 52.232-18). The Omaha District may establish a design partnership for any projects awarded under this solicitation. If a design partnership is to be established, the A-E will attend a one-day partnering meeting prior to negotiation to define Omaha District expectations of the A-E, create a positive working atmosphere, encourage open communication and identify common goals. Greater emphasis will also be placed on the A-E's quality control proceedures. The District will not review Quality into the design. The A-E selected for an individual project under this solicitation must submit for approval a project-specific design quality control plan as a condition of contract award. This plan is not required with this submittal. If a large business is selected for a project under this solicitation, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 28% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB), and 8% be placed with SDB. PROJECT INFORMATION: Projects may be located at any of the military installations within the Omaha District. Projects may consist of new design or upgrade of existing facilities. Work may include lighting analysis and design for runways, taxiways and parking areas, Installation Compatible Use Zone (ICUZ) studies with noise zone and flight path analysis, and aircraft control tower (ATC) design. Projects may also include ATC radio antenna and air ground traffic control equipment. The estimated construction cost of projects will be between $1,000,000 and $10,000,000. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Providing services similar to those described above. (2) Compliance with FAA and OSHA requirements for ATC towers and military regulation concerning ICUZ. (3) Producing quality designs as evidenced by the firm's quality control procedures. (4) Effective coordination and management of the project team, including consultants. (5) Construction cost estimating and preparation of estimates on IBM compatible personal computers using Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) GOLD version or similar system (M-CACES software will be provided). (6) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with one of the following: Intergraph Project Architect (version 3.4.1 or later), Intergraph Unix System 5 Microstation 32 (version 4.0 or later, Intergraph MS-DOS Microstation PC (version 4.0 or later). (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: architecture, communications estimating, and civil, electrical, mechanical, sanitary/environmental, and structural engineering. (c) Capacity to design a project of this type as described in Project Information through final design within a twelve month period. (d) Past performance as described in Note 24. (e) Location with respect to the Omaha District. (f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (g) Volume of DOD contract awards in the 12 month period prior to selection as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be sent to the U.S. Army Corps of Engineers and addressed as follows: Omaha District, A-E Contracts Support Section, ATTN: John M. Miller, CEMRO-ED- MG, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter- relationship of management and various team components (including subcontractors). (b) The firm's present workload and the potential availability of the firm's staff (including consultants) for the period during which firms will be selected from the list established from this solicitation. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District offices will not be scheduled. See Numbered Note(s): 24. (0045)

Loren Data Corp. http://www.ld.com (SYN# 0023 19950215\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page