|
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 OF VARIOUS
HEADQUARTERS FACILITIES/ADMINISTRATIVE FACILITIES IN IN SUPPORT OF THE
SACRAMENTO DISTRICT PROGRAM SOL DACA05-96-R-0003 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
headquarters/administrative type facilities 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
headquarters/administrative facilities for the Sacramento District
during the next 12 months, unless a project is identified during that
time 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 ou of that 60.3%, 9.8%
is for small disadvantaged business 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 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 office space, automated data processing (ADP) areas,
training/conference space, special purpose and file areas, restrooms,
supply storage areas and information systems. Support facilities may
include mechanical and electrical systems, HVAC, fire
detection/protection, life safety, information systems, paved parking
areas, landscaping, outside utilities, handicap access and functional
floor plans. 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) Experience in design and
renovation of administrative facilities. (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:
project management; architecture, mechanical, electrical, fire
protection, structural and civil engineering; cost estimating;
landscape architecture; 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 and 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/simplicity of the
proposed project. (e) Volume of DoD contracts awards in the last 12
months. (f) Geographic proximity to the Sacramento District boundaries.
(g) Participation of small business and small disadvantaged businesses,
historically black colleges and universities and minority institutions
measures 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# 0013 19950928\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|