Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 18,1995 PSA#1390

U.S. Army Corps of Engineers, Little Rock District P.O. Box 867 / 700 West Capitol Little Rock, AR 72203-0867

C -- FIXED PRICE CONTRACT FOR DESIGN SERVICES FOR CONTROL TOWER, LITTLE ROCK AIRFORCE BASE, JACKSONVILLE, ARKANSAS SOL DACA03-95-R-0019 DUE 081495 POC For Technical Questions Shirley Bruce (501)324-5266 (Site Code DACA03). 1. CONTRACT INFORMATION: Design of a Control Tower, LRAFB, Arkansas. A negotiated firm fixed-price contract will be awarded. The contract will be procured in accordance with PL 92-582 (Brooks A-E Act) and FAR Part 36. The work anticipated may involve Design, Drafting, Planning, Studies and Site Investigation associated with designing the control tower for LRAFB. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirements for a subcontracting plan on that part of work it intends to subcontract. 2. PROJECT DESCRIPTION, COST AND SCHEDULE: This project is for design of an approximately 7,400 gross square foot, 110 feet overall height replacement control tower at LRAFB, Arkansas. The project includes the demolition of an existing control tower which is a part of an office building to remain, the demolition of an existing office/warehouse facility, and the design of a new control tower with parking and site improvements. The design will be based on documents of a similar facility under construction in the eastern part of the United States. Asbestos contaminants and lead base paint are present in the structures to be demolished. Other site contaminants are a possibility. The estimated contruction cost is between $1,000,000 and $5,000,000. This will be a negotiated, fixed-price contract for 65% design, with an option to continue to final design. Final design will be the development of contract documents utilizing metric measurements, including plans, specifications, cost estimates, and design documentation - design analysis, energy calculations, structural calculations, electrical calculations, etc. Options to the contract for related services, such as: site hazardous waste contaminants survey, field visits and structural shop drawing review, may also be required. 3. REQUIRED A-E QUALIFICATIONS: Among the expertise required are: architectural, electrical, mechanical, site planning, fire protection, communications, civil, structural (including experience in seismic and multi-story design), plumbing, piping, asbestos, lead-base paint, and other hazardous and toxilogical waste contaminants, and construction phasing. Responding firms must provide the names and telephone numbers of clients as references on their most recent multi-story designs. Firms with multiple offices must clearly indicate which offices will be involved with the various portions of the work. The firm must have in-house registered Architects and Civil Engineers. The firm must be familiar with Air Force, Army and Corps of Engineers design criteria. Preference will be given to firms whose cost estimators have experience with M-CACES. 4. EVALUATION CRITERIA: See Note 24 for the general A-E Selection process. Selection of the A-E firm for this project will be based on evaluation of the following significant factors in the priority listed: (1) multi-story design experience; (2) professional qualifications of the firms's staff and consultants to be assigned to this project; (3) past experience; (4) proposed design management plan and organizational chart of the design team to be utilized; (5) capacity of the firm to accomplish the work in the required time; (6) location of the firm in the general geographic area of the project; and (7) volume of work previously awarded by the DoD to the firm with the object of effecting an equitable distribution of contracts among qualified A-E firms; including small and small disadvantaged firms and firms that have not had prior DoD contracts. Responding firms must indicate in block 10 of the SF 255 all DoD contracts awarded to the firm and all affiliates during the previous 12 months, along with date of award, type of contract and total amount of the awards. Item 4 of the SF 255 shall indicate personnel strength of the principal firm at the office where the work is to be accomplished. Additional personnel strength, including consultants, must be indicated parenthetically. 5. GENERAL INFORMATION AND SUBMITTAL REQUIREMENTS: Architect-Engineer firms meeting the requirements described in this announcement are invited to submit an SF 255 and 254, supplemental information requested herein and an SF 254 for each sub-contractor. These questionnaires and supplemental information must be received within thirty (30) calendar days of the date this announcement is published to be eligible for consideration. A Quality Control Plan appropriate for the scope of work must be outlined in the submitted SF 255. The design is estimated to start in September 1995 and be completed in August 1996. No other general notification to firms under consideration for this project will be made. This is not a Request for a Proposal. This acquisition is being conducted under a specific agency delegation of GSA's exclusive procurement authority for FIP resources. The specific GSA DPA case number is DC4-93-AR01-SWL. (0195)

Loren Data Corp. http://www.ld.com (SYN# 0016 19950717\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page