Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 6,1995 PSA#1296

USAED, 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