|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1995 PSA#1351US Army Corps of Engineers, Ft. Worth District, P.O. Box 17300 ATTN:
CESWF-ED-MC, Room 6A18, 819 Taylor Street, Fort Worth, TX 76102-0300 C -- POTENTIAL FIXED PRICE CONTRACTS FOR A-E SERIVCES IN DESIGN OF
INSTRUCTIONAL/TRAINING FACILITIES IN THE FORT WORTH DISTRICT AREA OF
RESPNSIBILITY, PRIMARILY LA, NM, TX SOL DACA63-95-R-0056 POC Jerrell
Freeman, (817/334-2262). 1.CONTRACT INFORMATION: The work may involve
Design, Drafting, Planning, Studies and Site Investigation associated
with this type of project. All work must be done by or under the direct
supervision of licensed professional Engineers or Architects. The
intent of this announcement is to gather responses from firms
interested in performing this type of work for the Fort Worth District.
When a project is identified we will select a firm from this list,
until that time no selection actions will be done. This list of firms
will be used for this type of project through August 1996. Qualified
firms will be selected and ranked with no firm receiving more than one
award from this announcement. The estimated maximum amount per
contract is $1,500,000.00. If a large business firm is selected for a
contract under this announcement and the amount exceeds $500,000.00 it
must comply with the FAR clause 52.219-9 requirement for SB/SDB
subcontracting plan. The Fort Worth District goal is that 60.3% of the
intended subcontracted amount be set aside for SB, SDB and Women Owned
Businesses (WOB) with minimums of 2.9% for WOB and 9.8% for SDB. The
plan is not required as part of this submittal. 2. PROJECT INFORMATION:
The type of facility to be done under this announcement is primarily a
classroom type. It may include space for classrooms, small
auditoriums, computer simulation areas, multi-media presentation areas
and associated administrative and storage areas. Interior design may
require movable partitions, handicapped access, sound attenuation,
life-safety/fire protection, and environmental considerations for
electronic equipment. Projects may be design for new construction or
additions/alterations to existing facility. Site work may include
paving for vehicle parking and sidewalks, utility connections, NPDES
pollution prevention plan, demolition and disposal of existing
facilities with necessary HTW remediation. Design using the metric
system may be required. Services during the project construction phase
may also be required. 3. SELECTION CRITERIA: See CBD Note 24 (Monday
edition) for general description of selection process. Selection
criteria are as follows: (a) Specific Experience and Technical
Competence: The selected firm must demonstrate expertise in the design
of training facilities. It must have designed at least one within the
past five years. The team proposed must have: experience in adapting
standard designs to a specific site, have recent experience in
complying with NPDES for at least one of the three states listed,
current knowledge of fire protection codes including MIL-HDBK-1008B and
general experience in the possible specialty areas associated with
training facilities as listed above. (b) Professional Capabilities:
This type of project will require expertise in the disciplines of
architecture, interior design, electrical, mechanical, civil and
structural engineering, cost estimating, fire protection and
environmental considerations. (c) Firms must show adequate team
capacity to design a project with construction cost of $5,000,000.00
within a 6 month period. (d) Demonstrated past performance with respect
to cost control, quality of work, and compliance with performance
schedules. (e) Preparation of specifications, construction cost
estimates on IBM compatible equipment. Use of M-CACES software. Auto
CADD and Intergraph compatible CADD system. (f) Extent of participation
of SB, SDB and WOB in the proposed contract team, measured as a
percentage of the estimated effort. (g) Amount of DOD contract awards
12 months prior to the selection. 4. SUBMITTAL REQUIREMENTS: (a) See
Note No. 24 for general submission requirements. To be considered
interested firms must provide one submittal package including an
original SF 254 and SF 255 no later than 4:30 p.m. on the 30th day
after the date of this announcement. The 11/92 version of the forms
must be used. If the 30th day is a Saturday, Sunday or Federal Holiday,
the deadline is 4:30 p.m. of the next business day. (b) Responding
firms must submit a current and accurate SF 254 for themselves and each
proposed consultant. It must be provided for the specific office
proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm
is a Large, Small, Small and Disadvantaged or Woman-Owned Business. To
be classified as a small business, a firm's average annual receipts or
sales for the preceding three fiscal years, must not exceed $2.5
million. (c) Submit only one SF 255, completed in accordance with the
instructions. It must contain information in sufficient detail to
identify the team (prime and consultants) proposed for the contract.
(d) Include CBD announcement number in Block NO. 2b of the SF 255. (e)
In Block No. 4 of the SF 255, insert only the number of personnel
proposed for potential project (not necessarily your total capacity).
Consultants as (A) and in-house personnel as (B). (f) In Block NO. 6 of
the SF 255, identify the discipline/ service to be supplied by each
consultant. (g) Provide brief resumes of the on-staff or consultant
employees you intend to use to perform the work in the anticipated
design time and the project assignment they will perform in Block No.
7 of your SF 255. Block No. 7 may be repeated as needed to identify all
the major discipline and key team members. Selection will be based on
the total team members presented in your SF 255, primarily block 7. (h)
In Block 10 of your SF 255 include a draft design quality control plan.
It should include a brief presentation of the internal controls and
procedures that you use to insure that a quality design is produced.
(i) Solicitation packages are not provided for A-E contracts. This is
not a request for proposal (see Note No. 24). (0138) Loren Data Corp. http://www.ld.com (SYN# 0020 19950519\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|