|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 29,1995 PSA#1442US Army, Sacramento District, Corps of Engineers, 1325 J Street,
Sacramento, California 95814-2922 C -- POTENTIAL FIXED PRICE CONTRACT FOR DESIGN/ADAL
DORMITORIES/ENLISTED BARRACKS/BASE OFFICER QUARTERS IN SUPPORT OF THE
SACRAMENTO DISTRICT PROGRAM SOL DACA05-96-R-0002 DUE 103195 POC
Contact: Mr. Richard Dabrowiak, Chief, A-E Negotiations Section (916)
557-7470/Contracting Officer: Judith E. Grant 1. SERVICES REQUIRED:
Work and services may consist of the design for various dormitory type
projects including dormitories, enlisted barracks and base officer
quarters in support of the Sacramento District's assigned military
design program in various fiscal years. The projects will generally be
in the states of CA, AZ, NV and UT. This will be the only announcement
for the design of dormitories/enlisted barracks/base officer quarters
for the Sacramento District during the next 12 months, unless a project
is identied during that time frame which has significantly different
features from what is described below. A-E contracts will be awarded
for a 12 month period after selection approval. A separate
firm-fixed-price contract will be negotiated and awarded for each
project. A list of at least three firms will be selected. When a design
authorization for the first project of this type is received,
negotiations will begin with the top ranked firm. When an authorization
is received for a subsequent project, or if negotiations with a firm
for a project are unsuccessful, negotiations will begin with the next
ranked firm that has not been offered a project for negotiation. If the
list of ranked firms is exhausted, the negotiation cycle will begin
again with the top ranked firm. None of the projects have been
authorized for design and funds are not presently available for any
contracts. This announcement is open to all businesses regardless of
size. All interested Architect-Engineers are reminded that in
accordance with the provisions of PL 95-507, they will be expected to
place subcontracts to the maximum practicable extent consistent with
the efficient performance of the contract with small and small
disadvantaged firms. If a large business is selected for this project,
it must comply with the FAR 52.219-9 clause regarding the requirement
for a subcontracting plan on that part of the work it intends to
subcontract. The recommended goals for subcontracting are 60.3%for
small business. It further states that out of that 60.3%, 9.8% is for
small disadvantaged subiness and 2.9% is for small business/woman
owned. A firm that submits a plan with lesser goals must submit written
rationale to support goals submitted. The detailed plan is not required
to be submitted with SF 255. The plans to do so should be specified
within the appropriate portion of the SF 255 submitted. This work will
include all architectural/engineering and related services necessary
to complete the design, and related services during construction for
these projects. 2. PROJECT INFORMATION: This contract may include the
design of primary living areas which include living room/bedroom,
kitchenette/dining, lavatory room, bedroom and bathroom, maids office,
laundry facility, dayroom, TV rooms, mailroom and janitorial closets.
Supporting facilities may include all necessary fire detection and
suppression, HVAC, power and lights, plumbing, parking, alarm systems,
site improvements and landscaping. Additional services may include
comprehensive interior design (CID), topographic surveys and site
investigations. If demolition of existing facilities is required, it
may necessitate an asbestos study with documents developed for its
removal. A charrette process for data gathering may be utilized. These
projects may be designed using the metric system of measurement and
responding firms should indicate relevant experience in Block 8. The
estimated construction costs per project range from $1,000,000 to
$10,000,000. 3. 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-d are primary. Criteria e-g are secondary and will only be
used as ''tie breakers'' among technically equal firms. a. Specialized
experience and technical competence in (1) Design and renovation of
multi-story housing units. (2) Responding firms must indicate computer
capability for CADD services and for accessing an electronic bulletin
board and Sacramento District's Automated Review Management System
(ARMS). The end result of this design shall be drawings, and in
addition, the contractor shall provide electronic data in and/or
compatible with vectorized Autocad format (latest version). b.
Qualified professional personnel in the following key disciplines:
prject management; architecture, mechanical, electrical, fire
protection, structural, geotechnical and civil engineering; cost
estimating; surveying; interior design; and certified industrial
hygienist. c. Past performance on DoD and other contracts with respect
to cost control, quality of work, and compliance with performance
schedules. d. Capability of the firm to accomplish work in the required
time frame including professional qualifications of firm's staff an
consultants to be assigned to the projects which are necessary for
satisfactory performance in the required services. (1) The breadth and
size of a firm will be considered to match the complexity/ximplicity
of the proposed project. (e) Volume of DoD contract awards in the last
12 months. (f) Geographic proximity to the Sacramento District
boundaries. (g) Participation of small businesses and small
disadvantaged businesses, historically black colleges and universities
and minority institutions measured as a percentage of the estimated
effort. 4. SUBMITTAL REQUIREMENTS: Architect-Engineer firms having
capabilities to perform this work are invited to submit one completed
Standard Form 255, US Government Architect-Engineer and Related
Services Questionnaire for Specific Project, and one completed SF 254
for themselves and all their subcontractors to the office shown above.
In Block 7 of the SF 255, provide resumes for all key team members,
whether with the prime firm or subcontractor. In Block 9 of the SF 255,
responding firms must indicate the number and amount of DoD (Army,
Navy, Air Force) contracts awarded in the 12 months prior to this
notice, including change orders and supplemental agreements. In Block
10 of the SF 255, describe the firm's quality control plan including
coordination of subcontractors. Responses received by the close of
business on the closing date will be considered for selection. If the
closing date is a Saturday, Sunday or Federal holiday, the deadline is
the close of next business day. No other notification to firms under
consideration for this project will be made and no further action is
required. All responsible sources may submit the required SF 254 and
255 which shall be considered by the agency. Solicitation packages are
not provided for A-E contracts. This is not a request for proposal.
Numbered Note 24. (0270) Loren Data Corp. http://www.ld.com (SYN# 0012 19950928\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|