Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 20,1995 PSA#1329

U. 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