Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 5,1995 PSA#1381

U. S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, P.O. Box 889 (31402-0889) or 100 W. Oglethorpe (31401-3640), Savannah, Georgia

C -- REPLACEMENT MEDICAL/DENTAL CLINIC, P.N. 41456, FY-98, FORT STEWART - HUNTER ARMY AIRFIELD, GA POC Glynn Richards, Jr. at 912/652-5379. CONTRACT INFORMATION: A-E services are required for site investigation, planning, survey and geotechnical investigation and report (option), engineering studies, concept design, final design (option), and construction phase services (option). This will be a firm fixed price contract. The contract is anticipated to be awarded in November 1995 and completed in August 1997. The estimated construction cost range is $5,000,000.00 to $10,000,000.00. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, women owned business and small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as a part of the Request for Proposal Package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% To SMALL BUSINESS, 10% TO SMALL BUSINESS DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 4% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements please contact Ms. Leila Hollis at 912/652-5105. **** 2. PROJECT INFORMATION: A-E services are required to desidn a medical and dental clinic of approximately 5400 gross square meters to provide family practice medical and dental services to active duty personnel and their dependents and other authorized beneficiaries. Medical services will include primary care, pharmacy, optometry, radiology, pathology, ENT/audiology, preventative/occupational medicine, physical therapy, and associated administrative and support spaces. Dental service will include general denistry, endodonitics, periodonitics, prosthodontics, orthodontics, and oral surgery. Supporting facilities may include: utilities (water, gas, sewer, storm sewer, electric service, exterior lighting, lightning protection, and HVAC); communication, information and monitoring systems (LAN, telephone, paging, intercom, fire protection and alarm system); and site improvements (access roads, parking, paving, walks, curbs and gutters). Project will be designed in accordance with the criteria in MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and Construction Criteria, the Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act Accessibility Guidelines (ADAAG). Work may include asbestos and/or lead abatement. Concept design includes preparation of detailed design documentation as the basis for final design. Final design includes development of the construction contract documents, including plans, specifications, drawings, estimates and other design documentation. The design will be prepared in the metric system of measurement. All design effort will include construction cost estimates using IBM/MS-DOS compatible ''MCACES Gold'' Estimating Software. The software and user manuals will be provided by Savannah District free of charge to the successful contractor. The A-E will provide, as a final product, design drawings and associated plot files completely compatible with Intergraph Microstation, using standards furnished by the contracting officer for levels, line weights, fonts, etc. Associated databases containing information relative to finishes, door/window schedules, equipment etc., will be furnished in electronic format via software completely compatible with Intergraph Micsrostation. The A-E may be required to use Government furnished database schema. The A-E will provide drawings/plots at specified scales on specified materials. At each design submittal the A-E will deliver, on a contracting officer approved Intergraph compatible magnetic tape or optical disk, the most current of all project drawing and database files in the approved IGDS format. The specifications will be produced in SPECINTACT using Corps of Engineers Military Construction Guide Specifications. The responses to design review comments will be provided on Corps of Engineers Automated Review Management Sysytem (ARMS) (software provided). Construction phase services may include preparation of operation and maintenance manuals and shop drawing approval. **** 3. SELECTION CRITERIA: See Note 24 for general process. **** The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria ''a'' through ''e'' are the primary. Criteria ''f'' through ''g'' are secondary and will only be used as tie-breakers between technically equal firms. The selection criteria in descending order of importance are: **** a. Specialized experience and technical competence of the firm and consultants 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) Knowledge of the locality of the project including geologic features, climatic conditions, and local construction methods. **** (5) Use of automated design systems described above (CADD, M-CACES Gold, SPECINTACT, and ARMS), cite in block 10 of the SF 255. **** b. Qualified professional personnel in the following key disciplines: project management; medical facility planning; professionals registered in the following disciplines - architecture, mechanical engineering, electrical engineering, fire protection engineering, structural engineering and civil engineering; communication engineering; cost estimating; certified industrial hygienist; medical equipment planning and registered interior designer. 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 similiar 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 discplines. **** e. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. **** f. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. **** g. Volume of DoD contract awards in the last 12 months as described in Note 24. **** 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit TWO (2) copies of SF 255 (11/92 edition) for prime and TWO (2) copies of SF 254 for prime and for each consultant to the above address by 04 August 1995 to be considered for selection. In the SF 255, block 3b, provide the firm's ACASS number, you can call the ACASS center at 503/326-3459 to OBTAIN a ACASS number or to find out your ACASS number if you do not already know it. In the SF 255, block 7, list specific project experience for key team members and indicate the team members role on each project (project manager, architect, design engineer, etc.). In the SF 255, block 10, provide the DQMP and the names and telephone numbers of clients as references on the three most recent, nonmilitary, medical facility designs. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but not required with this submission. Short listed firms may be required to submit up to 5 additional copies of SF 255 with all attachments. Solicitation packages are not provided. Personal visits for the PURPOSE of DISCUSSING this ANNOUNCEMENT will NOT be SCHEDULED. **** PHONE calls are DISCOURAGED unless ABSOLUTELY necessary. **** COVER letters and EXTRANEOUS materials ARE NOT desired and WILL NOT be CONSIDERED. **** This is NOT a REQUEST for a PROPOSAL. (0181)

Loren Data Corp. http://www.ld.com (SYN# 0035 19950703\C-0017.SOL)


C - Architect and Engineering Services - Construction Index Page