|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1995 PSA#1484US ARMY, CORPS OF ENGINEERS, SEATTLE DISTRICT, PO BOX 3755, SEATTLE WA
98124-2255 C -- ARCHITECT-ENGINEER SERVICES FOR VARIOUS TYPES OF HANGAR DESIGN
FOR WA, OR, ID & MT, C-17 BEDDOWN PROGRAM, MCCHORD AFB, WA SOL
DACA67-96-R-0015 DUE 010496 POC Contract Specialist John Norway (206)
764-6659 (Site Code DACA67) 1. Contract Information: Work and services
may consist of the design for Air Force air field paving work, hydrant
fueling system work and various utility work in support of the Seattle
District's assigned military design program in various fiscal years.
The project will generally be in the states of Washington, Oregon,
Idaho & Montana. This will be the only announcement for the design of
hangar facilities for the Seattle District during the next 12 months,
unless a project is identified during that time frame which has
significantly different features from what is described below. NOTE:
This is an advanced selection in anticipation of upcoming projects. The
selection will remain open for 12 months after the date the selection
is approved. A separate firm-fixed-price contract will be negotiated
and awarded from 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 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 goal for the work intended to
be subcontracted is 60.3% for small business. It furtherstates that out
of that 60.3%, 9.8% 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 but will be
prepared for each project prior to award. However, this eventual
requirement should be taken into consideration when assembling the
teams for the SF 255. 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: These contracts may include the
design of heating/heat distribution systems, electrical, sanitary and
storm drainage systems, hydrant fueling systems and pavements (airfield
and roadway). Base-wide utility studies may also be required. Some
projects may require design in the metric system. Firms must also have
the capability to deal with corrosion protection design (NACE
certified) be knowledgeable of possible environmental issues and
construction/operational permitting and have access to surveying and
goe-technical disciplines. Partnering on some projects may be required.
The estimated construction costs per project range form $1,000,000 to
$20,000,000. The selected AEs will be required to provide drawings on
mylar as well as electronic data and/or compatible with vectorized
Autocad format (latest version). 3. SELECTION CRITERIA: The selection
criteria are listed below in descending order of importance (first by
major criteriton 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 recent
experience in the required work and technical competence in: (1) Design
of new and alteration of hangar type projects utilizing Air Force
criteria. b. Qualified professional personnel in the following key
disciplines: project management, architecture, electrical, mechanical,
civil, structural and estimating; certified industrial hygienist; and
corrosion engineering and fire protection. c. Past performance of DoD
and other contracts with respect to cost control, quality of work,
compliance with performance schedules and ease of negotiations. d.
Capability of the firm to accomplish work in the required time frame
including professional qualifications of firm's staf 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 contract awards in the last 12
months. f. Geographic proximity to the Seattle District boundaries. g.
Participation of small businesses, small disadvantaged businesses,
historically black colleges and universities and minority institutions
measured 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 each of
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 the 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. This is not a request for(0338) Loren Data Corp. http://www.ld.com (SYN# 0012 19951205\C-0003.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|