Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 24,1995 PSA#1458

Department 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