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