Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1995 PSA#1401

Commander and Director, U. S. Army Engineer Waterways Experiment Station, Corps of Engineers, 3909 Halls Ferry Rd., Vicksburg, MS 39180-6199

C -- DESIGN FOR THE CONSTRUCTION OF THE ANALYTICAL CHEMISTRY LABORATORY BUILDING AT THE WATERWAYS EXPERIMENT STATION, VICKSBURG, MS POC Randy Brown, 601 634-4119 DESIGN FOR THE CONSTRUCTION OF THE ANALYTICAL CHEMISTRY LABORATORY BUILD ING AT THE WATERWAYS EXPERIMENT STATION, VICKSBURG, MISSISSIPPI, POC is Randy Brown (601)634-4119. 1. CONTRACT INFORMATION: A-E services are required for site investigation, planning, engineering studies, final design and construction phase services for the subject project. This announcement is not a small business set-aside. A firm-fixed price contract will be negotiated. The contract is anticipated to be awarded Oct 95 and design completed Jun 96. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to subcontract. The plan is not required with this submittal. The Service Contract Act will apply to all non-proffessional employees working under this contract. 2. PROJECT INFORMATION: APPROXIMATELY 18,570 SQ FT single building, custom analytical chemistry laboratory facility design to support environmental research and development. Facility includes offices for research personnel, chemistry laboratories with chemical resistant benches and cabinets, fume hoods, exhaust filtering systems, laboratory pressure sensitive HVAC temperature control and air handling systems (HVAC), cold storage rooms, distribution systems for vacuum, reverse osmosis water, natural gas, acetylene, nitrous oxide, ultra pure compressed air, argon, helium, hydrogen, nitrogen, liquid nitrogen, oxygen, carbon dioxide, etc..., fire detection, annunciation and suppression systems and loading dock facility. Supporting facilities include water, sewer, natural gas, HVAC, electric service, security lighting, parking, storm drainage, information/communication systems and general site improvements. Demolition of three metal storage buildings each approximately 3136 SQ FT will be required as part of the project. The estimated construction cost is between $1,000,000 and $5,000,000. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary. Criteria f-g are secondary and will be used as ''tie-breakers'' among technically equal forms. a. Specialized experience and technical competence in: (1) Special permitted chemistry laboratories compliant with NFPA, OSHA, EPA,. (2) Environmental control and air filtration systems for chemistry laboratories and equipment. (3) Cold storage units for chemical storage. 4. Voice and data communications systems. (4) Chemistry/contaminated waste handling systems. (5)Special utility supply and distribution systems such as vacuum, reverse osmosis water, natural gas, acetylene, nitrous oxide, ultra pure compressed air, argon, helium, hydrogen, nitrogen, liquid nitrogen, oxygen, carbon dioxide, etc...(6). Automated systems for fire detection and suppression in chemistry laboratory environment. (7) Producing CADD drawings on 3.5 inch disks in a format fully compatible with Project Architect and Microstation PC readable from DOS or Windows NT based machines.(8) Construction cost estimating, and preparation of estimates on IBM-compatible personal computers using Corps of Engineers Computer Aided Cost Estimating System (M-CACES) (software provided by the Government) or similar software. (9) Producing quality designs based on evaluation of the firm's design quality management plan (DQMP). The evaluation will consider the management approach, coordination of disciplines and subcontractors, quality control procedures, and prior experience of prime firm and any significant contractors on similar projects.(10) Completion of design for facilities similar in size and nature within the last four years with at least one of these facilities constructed and in operation. b. Knowledge of design of buildings and building systems for climates and soil conditions equal or similar to those in Vicksburg, Mississippi. c. Qualified registered personnel in the following key disciplines: project management (architect or engineer), architecture, chemical engineering civil engineering, structural engineering, mechanical engineering, electrical engineering, certified industrial hygienist, surveying, specification writing, construction cost estimating and computer aided drafting. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. d. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. e. Capacity to satisfy requirements of 15, 30, 60, and 90 percent milestones and complete the design by Jun 96. 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 disciplines. f. Extent of participation of SB, SDB, 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 copies of SF 255 (11/92 edition), and two copies of SF 254 (11/92 edition) for the prime firm and all the consultants, to the above address not later than the close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. Include the firm's ACASS number in SF 255, Block 3b. For ACASS information, call 503-326-3459. In SF 255 Block 10 describe the firm's overall DQMP. A project-specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Solicitation packages are not provided. This is not a request for proposal. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available from which payment for contract purposes can be made. See Note 24. (0212)

Loren Data Corp. http://www.ld.com (SYN# 0011 19950801\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page