|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1995 PSA#1472US ARMY CORPS OF ENGINEERS, NEW YORK DISTRICT, Attn: CENAN-EN-MR 26
Federal Plaza, Rm 1843, New York, N.Y. 10278-0900 C -- FY98 AMBULATORY HEALTH CARE CENTER, MCGUIRE AFB, NJ. SOL
CBAEEN-5311-0044 POC Willen Cunningham- (212)264-9123. LOCATION:
McGuire AFB, N.J. SCOPE OF SERVICES REQUIRED; CONTRACT INFORMATION: A-E
services are required for site investigation, planning, survey and
geotech report (option), and engineering studies, concept design, final
design (option), and construction phase services (option) for the
subject project. The design will be prepared on IBM-compatible personal
computers using Corps of Engineers' Computer Aided Cost Estimating
System (M-CACES) (sorftware provided by Government) or similar
software. Design drawings will be produced in a format fully compatible
with Microstation 32 Version 4.0.3 or higher. The specifications will
be produced in SPECSINTACT using Corps of Engineers Military
Construction Guide Specifications. The responses to design review
comments will be provided on Corps of Engineers Automated Review
Management System (ARMS). Construction phase services may include
preparation of operation and maintenance manuals and shop drawing
approval. This announcement is open to all businesses regardless of
size. A firm-fixed-price contract will be negotiated. The contract is
anticipated to be awarded in March 1996. 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 the part of the work it
plans to subcontract. The plan is not requied with this submittal.
PROJECT INFORMATION: This project will construct a full-service
outpatient clinic of approximately 14500 gross square meters. Medical
services will include primary care/ ambulatory surgery, flight and
aerospace medicine, allergy and immunization, internal medicine,
pediatrics, orthopedics,psychiatry social work, ENT/audiology,
ophthamalogy, obstetrics, psychiatry, social work, adminstrative and
support spaces. Supporting facilities include, but are not specifically
limited to, water, sewer, natural gas, HVAC, electric service, security
lighting, parking, storm drainage, communication and information
systems, and general site improvements. Project will be designed in
accordance with: MIL-HDBK-1191, DOD Medical and Dental Treatment
Facilities Design and Construction Criteria and Uniform Federal
Accesibility Standards (UFAS) and Americans with Disabilities Act
Accessibility Guidelines (ADAAG). Work may include asbestos abatement.
A preliminary design may be provided by the Government and the A-E may
be required to work with another Government consultant to gain a full
understanding of this preliminary design. The estimated construction
cost of this project is over 10 million dollars. 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'' 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 medical and dental outpatient facilities. (2) Life safety and
fire protection design of medical facilities. (3) knowledge of the
locality of the project including geologic features, climatic
conditions, and local construction methods. (4) Use of automated design
systems described above (M-CACES, CADD,SPECSINTACT, and ARMS). B)
Qualified professional personnel in the following key disciplines:
project management; medical facility planning, architecture,
mechanical, electrical, fire protection, structural, civil, and
communication engineering; cost estimating; certified industrial
hygienist; medical equipment planning and interior design. Registered
professional are required in the following disciplines: architecture,
mechanical, electrical, fire protection, structural, civil engineering,
and land surveying. The evaluation will consider education, training,
registration, overall and relevant experience, and longevity with the
firm. A fire protection professional, as listed above, is defined as
one of the following: (i) An engineer having, as a minimum, a BS degree
in fire protection engineering, plus a minimum of two years working
experience in fire protection design; (ii) PE license in fire
protection engineering; (iii) A registered PE and member grade status
in the National Society of Fire Protection Engineers; (iV) An engineer
with a minimum 10 years in fire protection experience with member
grade status in the Society of National Fire Protection Engineers; and
(v) a registered architect with member grade status of Society of Fire
Protection Engineering. Services o the registered architect in relation
to fire protection, shall be limited to building compliance and life
safety code compliance analysis A environmental/civil professional
engineer registered in the State of New Jersey will be required to
certify plans and prepare permits applications. C) Experience producing
quality designs based on an evaluation of a firm's design quality
management plan (DQMP). The DQMP should include an organization chart
and briefly address management approach, team organization, quality
control procedures, cost control, value engineering, coordination of
inhouse disciplines and subcontractors, and prior experience of the
prime firm and nay significant consultants on similar projects. D) Past
performance on DOD and other contracts with respect to quality of work,
cost control, and compliance with performance schedules. E) Capacity to
complete the concept design (35 percent) by Aug 96 and the final design
by Aug 97. 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 small businesses, small disadvantaged businesses,
historically black colleges and universities, and minority institutions
in the proposed contracat team, measured as a percentage of the total
estimated effort. G) Volume of DoD contract awards in the last 12
months as discribed in Note 24. ESTIMATED CONSTRUCTION COST RANGE: Over
$10,000,000/ ESTIMATED DESIGN START DATE: March 1996. ESTIMATED DESIGN
COMPLETION DATE: August 1997. SUBMISSION REQUIREMENTS: See Note 24 for
general submission requirements. A/E firms which meet requirements
described in this announcement and desiring to be considered for
selection are invited to submit a SF255, A/E and related services
questionnaire for specific projects to US Army Corps of Engineers, 26
Federal Plaza, NY, NY 10278-0090, ATTN: Ms. W. Cuningham (Rm 2143). Ms.
Cunningham can also be reached at (212)264-9123. Interested firms
having the capabilities to perform this work must submit two copies of
SF255 (11/92 edition) and two copies of SF254 (11/92 edition) for the
prime and for each consultan to the above address not later than 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 or the next business dy. In SF255, block 7, list
specific project experience for key team members, indicate the team
members role on each listed project (project manager, architect, design
engineer, etc.), and identify where the team member is located if
different form SF255, block 3b. In SF255, block 10, provide the DQMP
and the names and telephones numbers of clients as references on three
most recent, non-military medical facility designs. 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. Short listed firms may be requested to submit up to 5
additional copies. Soicitation packages are not provided. This is not
a request for proposal. Firms not having a current SF254 already on
the file with this office, and responding to this announcement should
submit a copy of the SF254 along with SF255. Personal visits for the
purpose of discussing the project are discouraged. Firms will indicate
on block 10, page 11 of their SF255's the total number of Department
of Defense A/E Awards (basics and delivery orders) and the total value
of those awards within the last 12 months prior to the date of this
announcement. firms that do not comply with this requirement will be
considered non-responsive. Firms should indicate whether their firm is
listed in the ACASS System in Oregon; if yes, please indicate your
ACASS number in item 1 of SF255. If not, submit two (2) copies of SF254
on initial response to our CBD. Small and disadvantaged firms are
encouraged to participate as prime contractors or as members of joint
ventures with other small businesses, and all interested contractors
are reminded that the successful contractor will be expected to place
subcontractors to the maximum practicable extent with small and
disadvantaged firms in accordance with Public Law 95-507. (0313) Loren Data Corp. http://www.ld.com (SYN# 0016 19951113\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|