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