|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 20,1995 PSA#1329U. S. Army Corps of Engineers, 600 Dr. Martin Luther King Jr. Place,
Room 821, Louisville, Kentucky 40202-2230 C -- ARCHITECT-ENGINEER SERVICES FOR DESIGN OF CONSOLIDATED TROOP
MEDICAL/DENTAL CLINIC, FT. CAMPBELL, KY POC Contact Mrs. Robin
Woodruff, (502) 582-5598 1. CONTRACT INFORMATION: A-E services are
required for site investigation, site survey and geotechnical report
(option), planning, engineering studies, concept design, final design
(option), and construction phase services (option) for the subject
project. The design will be prepared in the metric system of
measurement. Construction cost estimates will be prepared on
IBM-compatible personal computers using Corps of Engineers
Computer-Aided Cost Estimating System (M-CACES) (software provided by
Government) or similar software. Design drawings will be produced in a
format fully compatible with Microstation 32 Version 4.0.3. or higher.
The specifications will be produced in SPECSINTACT using Corps of
Engineers Military Construction Guide Specifications. The responses to
design review comments will be provided on Corps of Engineers
Automated Review Management System (ARMS). Construction phase services
may include preparation of operation and maintenance manuals and shop
drawing approval. This announcement is open to all business regardless
of size. The proposed services will be obtained by a negotiated Firm
Fixed Price Contract. The estimated construction cost is greater than
$10,000,000.00. Estimated starting and completion dates are October
1995 and August 1997, respectively. Before award of this contract, the
firm (if not a small business concern) shall be required to present an
acceptable Small Business and Small Disadvantaged Business
Subcontracting Plan in accordance with Public Law 95-507. To meet the
current subcontracting goals, 69% of the total subcontracted dollars
must go to small business firms, 6.3% must go to small disadvantaged
business firms, and 2.9% must go to woman-owned firms. The plan is not
required with this submittal. A project specific design quality
control plan must be prepared and approved by the Government as a
condition of contract award, but is not required with this submission.
2. PROJECT INFORMATION: This project will consist of a centralized
medical and dental clinic of approximately 72,000 gross SF to provide
primary care services and dental care. Medical services will include
primary care, aviation medicine, pharmacy, optometry, radiology,
laboratory, audiology, immunization, physical exam, physical therapy,
and associated administrative and support spaces. Dental service will
include general dentistry, endodontics, periodontics, prosthodontics,
orthodontics, and oral surgery. Supporting facilities include water,
sewer, natural gas, HVAC, electric service, security lighting, parking,
storm drainage, communication and information systems, and general site
improvements. Project will be designed in accordance with:
MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and
Construction Criteria and Uniform Federal Accessibility Standards
(UFAS) and Americans with Disabilities Act Accessibility Guidelines
(ADAAG). Work may include asbestos abatement. 3. SELECTION CRITERIA:
See Note 24 for general selection process information. The selection
criteria in descending order of importance (first by major criterion
and then by each sub- criterion) are listed below. Criteria a-e are
primary and f-h are secondary and will be used as ''tie- breakers''
among technically equal firms: a. Specialized experience and technical
competence in: (1) Design of medical and dental outpatient facilities;
(2) Life safety and fire protection design of medical facilities; (3)
Design in the metric system of measurement; (4) Use of automated design
systems described above (M-CACES, CADD, SPECSINTACT, and ARMS); (5)
Knowledge of design of building envelopes and systems in climates
similar to Ft. Campbell, KY. b. Qualified professional personnel in the
following disciplines: project management; medical facility planning;
architecture, mechanical, electrical, fire protection, structural,
geotechnical, and civil engineering; communication engineering; cost
estimating; certified industrial hygienist; medical equipment planning
and interior design. Firms should provide resumes in the SF 255 for
two individuals in each listed discipline. At least one individual in
the following disciplines should be registered professionals:
architecture, mechanical, electrical, fire protection, structural and
civil engineering. The evaluation will consider education, training,
registration, overall and relevant experience and longevity with the
firm. c. Experience producing quality designs based on an evaluation of
a firm's design quality management plan (DQMP). The DQMP should include
an organization chart and briefly address management approach, team
organization, quality control procedures, cost control, value
engineering, coordination of in-house disciplines and subcontractors,
and prior experience of the prime firm and any significant consultants
on similar projects. d. Capacity to complete the concept design (35
percent) by August 1996 and the final design by August 1997. The
evaluation will consider the experience of the firm and any consultants
in similar size projects, and the availability of an adequate number of
personnel in key disciplines. e. Past performance on DOD and other
contracts with respect to cost control, quality of work, compliance
with performance schedules, and superior performance evaluations on
recently completed DOD contracts. f. Extent of participation of SB,
SDB, historically black collages and universities, and minority
institutions in the proposed contact team, measured as a percentage of
the estimated effort. g. Volume of DOD contract awards in the last 12
months as described in Note 24. h. Geographical location and knowledge
of the locality of the project. 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. holiday, the
deadline is the close of business on the next Gov't. business day.
Short-listed firms may be requested to submit up to 5 additional copies
of their submittal. b. It is requested that interested firms (1) list
specific project experience for key team members and indicate the team
member's role on each listed project (project manager, architect,
design engineer, etc.) in block 7; (2) 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; and (3) provide the DQMP,
identification of projects designed using metric system of measurement,
and the names and telephone numbers of clients as references on three
most recent, nonmilitary, medical facility designs in block 10. 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
general 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.
(0108) Loren Data Corp. http://www.ld.com (SYN# 0018 19950419\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|