|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1995 PSA#1296USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas
City, MO 64106-2896 C -- A-E SERVICES FOR ONE OR MORE NEGOTIATED FIRM FIXED-PRICE IDT TYPE
CONTRACTS MAY BE AWARDED AT MILITARY INSTALLATIONS WITHIN THE KANSAS
CITY DISTRICT AREA OF RESPONSIBILITY. (EPDI**-5054-0050) POC Contract
Specialist Kathy Lynch 816-426-5343 (Site Code DACW41) 1. CONTRACT
INFORMATION: The estimated construction cost is expected to exceed $20
million. The estimated design start is anticipated to commence in
August 1995 on an accelerated design schedule and completion is
expected within a 9-month period. All large businesses are reminded
that the successful firm will be expected to place subcontracts to the
maximum practical extent with Small and Small Disadvantaged firms in
accordance with Public Law 95-507. This plan is not required with this
submittal, but must be approved prior to award to any large business.
Of the subcontract amount, goals assigned to the KCD are 60.3% for
small business, 9.8% for small disadvantaged business and 2.9% for
women-owned small business concerns. Small Disadvantaged Business Goals
of less than 5% must be approved two levels above the Contracting
Officer, pursuant to DoD FAR Supplement 219.705-4. For informational
purposes the small business size for this solicitation is one where the
average annual receipts of the concern and its affiliates for the
preceding three (3) fiscal years does not exceed $2.5 million, the
Standard Industrial Classification Code (SIC) is 8712. 2. PROJECT
INFORMATION: Projects may include the preparation of special reports,
studies, development of design criteria, additions/alterations and
renovations to existing facilities, site-adapt standard designs, and
design of new facilities as needed for military work within the Kansas
City District area of responsibility. Contracts may include design
work involving site investigations, topographic surveys, subsurface
soil investigations, preparation of computer aided drawings, technical
specifications, design analysis, energy life- cycle analysis, and
computer aided cost estimating. Also, the contract may include options
for engineering and design, checking shop drawings, and preparation of
as-builts during construction. Examples of potential projects include:
repair or replacement of mechanical, electrical or fire
protection/detection systems; asbestos and lead abatement services
related to building renovation; realignment of existing roadways;
utility upgrades and repair or replacement of infrastructure systems;
correction of drainage problems; repair or upgrade of structural
problems, including seismic design; repair or replacement of roofing,
siding, windows, doors or other miscellaneous architectural elements,
etc. Projects also include the design of new buildings, parking lots,
and other structures. Work could be accomplished in different types of
facilities including: general and applied instruction, administrative;
unaccompanied enlisted personnel housing, family housing, museum, child
development centers, vehicle maintenance; industrial; warehouses, etc.
3. SELECTION will be based on the following criteria listed in
descending order of preference. Items a thru d are the primary
selection criteria. The criteria in e and f only will be applied in a
tie-breaker situation. a. Professional capabilities. (1) Responding
firms shall demonstrate capability in these disciplines (at least one
separate individual responsible for each discipline): architectural,
civil, geotechnical, land surveyors, soils engineer, certified
industrial hygienist, interior design, mechanical, electrical,
structural, and fire protection. (2) Professional registration of lead
designers and project manager. b. Specialized experience and technical
competence. Specific specialized experience includes experience similar
to that stated above in project information and the following: (1)
Design quality management procedures. Your Design Quality Control Plan
should include a presentation of internal controls, review and
specific quality control processes that will be used to insure a
quality design is produced. (Cite in Block 10 of SF 255.) (2)
Experience in preparing drawings compatible with Intergraph
Microstation version 5.0. (Cite in Block 10 of SF 255.) (3) Experience
in construction cost estimating using MCACES Gold or Composer Plus
should be indicated. (Cite in Block 10 of SF 255.) c. Capacity to
initiate and complete the work within the time parameters of the
project. d. Past Performance on DoD and other contracts with respect to
cost control, quality of work, and compliance with performance
schedules. e. Location of firm in general geographical area of the
project. f. Extent of participation of SB, SDB, historically black
colleges and universities, and minority institutions in the proposed
contract, measured as a percentage of the estimated effort. g. Volume
of DoD contracts awarded in the last 12 months to the prime A-E firm.
(Cite in Block 10 of SF 255.) 4. SUBMITTAL REQUIREMENTS. Interested
firms having the capabilities to perform this work must submit an SF
255 to the address listed below no later than close of business (4:00
PM Kansas City time) on due date March 31, 1995. Each firm/consultant
listed within the SF 255 must have a current SF 254 (submitted within
the last 12 months) on file with the Corps of Engineers, or one must be
submitted with this package. Only the November 1992 edition of the SF
254/255 will be accepted. Solicitation packages are not provided. This
is not a request for proposal. Submit responses to: U.S. Army Engineer
District, Kansas City, Attn: CEMRK-CT-M/Hadley, 757 Federal Building,
601 East 12th Street, Kansas City, Missouri 64106-2896. 5. QUESTIONS.
Question of a technical nature should be addressed to Robert E. Smith
at 816 426-5078 and those of an administrative nature to Gary Hadley,
816(0061) Loren Data Corp. http://www.ld.com (SYN# 0023 19950303\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|