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