Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 14,1995 PSA#1472

US 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