|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24,1995 PSA#1458Department of the Army, Baltimore District, Corps of Engineers, P.O.
Box 1715, Room 7000, 10 South Howard Street, Baltimore, MD 21203-1715 C -- ARCHITECT-ENGINEER SERVICES ARE REQUIRED FOR ONE INDEFINITE
DELIVERY TYPE (MULTI-DISCIPLINE) CONTRACT FOR WALTER REED ARMY MEDICAL
CENTER, WASHINGTON, DC SOL DACA31-96-R-0007 POC Susan Sonenthal (410)
962-7646 1. CONTRACT INFORMATION: A-E services required for one
indefinite delivery type contract for use at Walter Reed Army Medical
Center, Washington, DC. and throughout the Baltimore District. This
announcement is open to all businesses regardless of size. A
firm-fixed-price contract will be negotiated. Contract will be for a
12-month period and will contain an option for one extension of 12
additional months. Cumulative total shall not exceed $750,000 per year.
Individual delivery orders shall not exceed $150,000. The contract is
anticipated to be awarded in March 1996. SUBCONTRACTING PLAN
REQUIREMENTS: If a large business is selected, a subcontracting plan
with the final fee proposal will be required, consistent with Section
806 (b) of PL 100-180, PL 95-507, and 99-661. A minimum of 25% of the
total planned subcontracting dollars shall be placed with small
business concerns. At least 5 percent of total planned subcontracting
dollars shall be placed with small disadvantaged businesses, including
Historically Black Colleges and Universities or Minority Institutions,
and 5% with women-owned businesses. The plan is not required with this
submittal. 2. PROJECT INFORMATION: Work may consist of preparation of
reports, studies, design criteria, designs and other general A-E
services for alterations, renovation, maintenance and repair, and new
con- struction projects. Average construction cost of projects is
$1,000,000.00. Concentration of work shall be in Architecture/Interior
Design/Landscape Architecture. The firm shall be experienced with the
Corps of Engineers A/E Instruction Design Criteria; CADD Standard
Manual (EM 1110-1-180); and AIA CAD Layer Guidelines of 1990; seismic
design requirements; Critical Path Management; and regulatory
requirements, processes and procedures; economic analyses; storm water
management; sedi- mentation and erosion control; National Pollutant
Discharge Elimination System (NPDES) permitting (including obtaining
permits, etc.); and preparation of DD Form 1391 (Project Programming
Document) and Poject Development Brochures. The firm must be capable of
responding to multiple work orders concurrently. The deliverables are
not required to be performed using a specific CADD system. However, the
firm will be required to provide any digitizing and/or translation
services necessary to deliver the final design products in AUTOCAD
Release 12 on 3.5 inch high density diskettes formatted for 1.44 MB. 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-crite- rion). Criteria
''a'' through ''e'' are primary. Criteria ''f'' through ''g'' are
secondary and will only be used as tie-breakers between technically
equal firms. a. Specialized experience and technical competence of the
firm and consultants in: (1) Design of health care
facilities/familiarity with JCAHO requirements (2) Design of
biomedical/animal research labs/familiarity with AAALAC requirements
and (3) Historic preservation/rehabilitation, in the context of
Georgian Revival architecture Interior Architecture. b. Qualified
professional personnel in the following key disciplines: Architecture,
Construction Cost Estimating. Registered professionals are also
required in the following disciplines: Interior Design, Landscape
Architecture, Electrical Engineering, Fire Protection, Structural,
Civil Engineering, Mechanical Engineering and Certified Industrial
Hygienist. The evaluation will consider education, training,
registration, overall and relevant experience, and longevity with firm.
c. A proposed management plan to include an organization chart and
briefly address management approach, team organization, quality control
procedures, cost control, value engineering, coordination of in-house
disciplines and subconsultants, and prior experience of the prime firm
and any significant consultants on similar pro- jects. d. Capacity to
complete the anticipated multiple work orders. The evaluation will
consider the experience of the firm and any consultants in similar size
projects, and the availabili- ty of an adequate number of personnel in
key disciplines. e. Past performance on DOD and other contracts with
respect to quality of work, cost control, and compliance with
performance schedules. f. Extent of participation of small businesses,
small disadvantaged businesses, 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. 4. SUBMIS- SION
REQUIREMENTS: Interested firms having the capabilities to perform this
work must submit SF 255 and SF 254 for the prime and for each
consultant to the above address not later than close of business on the
30th day after the date of this announcement. In SF 255, block 3b,
provide the firm's ACASS number. In SF 255, block 7, list specific
project experience for key team members and indicate the team members
role on each listed project (project manager, architect, design
engineer, etc.). In SF 255, block 10, provide the management plan and
the names and telephones numbers of clients as references on three most
recent projects of the type relevant to Walter Reed. Solicitation
packages are not provided. Mailing address - ATTN.: Susan Sonenthal,
Room 7000, 10 South Howard Street, Baltimore, MD 21201. For questions,
Mrs. Sonenthal can be reached on 410-962-7646 and via Internet,
susan.j.sonenthal@ ccmail. nab.usace.army.mil. This is not a request
for proposal. (0293) Loren Data Corp. http://www.ld.com (SYN# 0010 19951023\C-0002.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|