Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1996 PSA#1523

U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia 31402-0889

C -- CONSOLIDATED MEDICAL/DENTAL FACILITY ADDITION/ALTERATION P.N. 25666, FY-98, ROBINS AFB, GA POC Glynn Richards at 912/652-5659. 1. CONTRACT INFORMATION: A-E services are required for site investigation, planning, survey and geotechnical investigation and report (option), engineering studies, concept design, final design (option), and construction phase services (option). This will be a firm fixed price contract. This announcement is open to all firms regardless of size. Large business offerors must identify subcontracting opportunities with small business, and small disadvantaged business on SF 255. If selected the large business offeror will be required to submit a small/small disadvantaged & women owned subcontracting plan in accordance with FAR 52-219.9 and DFARS 219.704/705 as part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan. OF THE SUBCONTRACTED WORK, 60% TO SMALL BUSINESS: 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS); 4% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontractor goals on the SF 255, Block 6. Written justification must be provide if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements please contact Ms. Brenda Boddiford, Contract Specialist, at 912/652-5077. The contract is anticipated to be awarded in June 1996 and completed in November 1997. The estimated construction cost range is $10,000,000.00 to $25,000,000.00. 2. PROJECT INFORMATION: This project will construct an addition for outpatient clinics, ancillary services and dental clinic and renovate the interior of the existing medical facility (building 700). The project will consist of approximately 6200 gross square meters (gsm) addition and 1800 gsm renovation. Supporting facilities include 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 Accessibility Standards (UFAS) and American With Disabilities Act Accessibility Guidelines (ADAAG). Work may include asbestos and lead based paint 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. Concept design includes preparation of detailed design documentation as the basis for final design. Final design includes development of the construction contract documents, including plans, specifications, drawings, estimates and other design documentation. The design will be prepared in metric system of measurement. All design effort will include construction cost estimating and preparation of estimates using IBM/MS-DOS compatible ''MCACES Gold'' Estimating Software. The software and user manuals will be provided by Savannah District free of charge to the successful contractor. The A-E will provide, as a final product, design drawings and associated plot files completely compatible with Intergraph Microstation, using standards furnished by the Contracting Officer for levels, line weights, fonts, etc. Associated databases containing information relative to finishes, door/window schedules, equipment, etc., will be furnished in electronic format via software completely compatible with Intergraph Microstation. The A-E may be required to use Government furnished database schema. The A-E will provide drawings/plots at specified scales on specified materials. At each design submittal the A-E will deliver, on a Contracting Officer approved intergraph compatible magnetic tape or optical disk, the most current of all project drawing and database files in the approved IGDS format. The specifications will be produced in SPECINTACT using Corps of Engineers Military Construction Guide Specifications. The design review comments and A-E responses will be provied on Corps of Engineers Automated Review Management System (ARMS) (software provided). Construction phase services may include preparation of operation and maintenance manuals, shop drawing reviews and site visits. 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-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) designing 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 describe above (MCACES Gold, CADD, SPECSINTACT, and ARMS). b. Qualified professional personnel in the following key disciplines: project management; medical facility planning, architecture, mechanical, electrical, structural, civil, and communication engineering; cost estimating; certified industrial hygienist; medical equipment planning and interior design and fire protection. Registered professionals are required in the following disciplines: architecture, mechanical, electrical, structural, and civil engineering. The design team must include a Registered Engineer or Registered Architect who is a full ''member'' in good standing of the Society of Fire Protection Engineers (SFPE) or an individual who is a Fire Protection Engineer and whose principle duties are Fire Protection Engineering. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. 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 in-house disciplines and subcontractors, and prior experience of the prime firm and any 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 December 96 and the final design by November 97. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number 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 contract team, measured as a percentage of the total estimated effort. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit ONE (1) copy of SF 255 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and ONE (1) copy of SF 254 (11/92 VERSION ONLY WILL BE ACCEPTED) for prime and each consultant to U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, 100 W. Oglethorpe, Savannah, GA 31401-3640 not later than 04 March 1996 to be considered for this selection. Include the prime's ACASS number in Block 3b of SF 255. For ACASS information call 503/326-3459. NO FAXED SUBMITTALS WILL BE ACCEPTED. Cover letters and EXTRANEOUS material (BROCHURES etc) ARE NOT DESIRED and WILL NOT BE CONSIDERED. In Block 7 of the SF 255, 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 from SF 255, block 3b. In the SF 255, Block 10, provide the DQMP and the names and telephone numbers of clients as references on three most recent, nonmilitary, medical facility designs. Firms selected will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcment are requested not to submit this plan with their SF 255. Short listed firms may be requested to submit up to 5 additional copies of their SF 254 and SF 255. Solicitation packages are not provided. PHONE CALLS are DISCOURAGED unless ABSOLUTELY necessary. PERSONAL VISITS for the PURPOSE of DISCUSSING this ANNOUNCEMENT WILL NOT BE SCHEDULED. THIS is NOT a REQUEST for a PROPOSAL. (0031)

Loren Data Corp. http://www.ld.com (SYN# 0021 19960201\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page