Loren Data Corp.

'

 
 

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

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

C -- DACG STAGING COMPLEX, L.I. 0433130, FY-98, FORT BRAGG, NC POC Diego Martinez at 912/652-5738. 1. CONTRACT INFORMATION: A-E services are required for site investigation, planning engineering studies, concept, preliminary design (option), and final design (option). This will be a firm fixed price contract. The contract is anticipated to be awarded in April 1996 and completed in September 1997. The estimated construction cost range is $10,000,000 to $50,000,000. 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 a 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 provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please contact Ms. Ophelia Kendricks, Contract Specialist, at 912/652-5072. 2. PROJECT INFORMATION: A-E services are required to construct a new staging complex adjacent to Green Ramp, Pope Air Force Base (AFB), NC. Work will include hardstand for alert holding and call forward/ready line areas; installation of 60 ton capacity scales; covered highliners with rollers for handling palletized equipment and supplies; a sheltered troop staging area; covered jump prep mock-ups and parachute landing fall (PLF) platforms; loading trainers; loading dock; and arrival/departure airfield control group (A/DACG) facilities. Supporting facilities include all utilities; communications; paving, walks, curb and gutter; storm drainage; security lighting and fencing; earthwork and other site improvements. Demolition of 23,409 sf is required. This project is required to develop a new outload support facility to meet the most likely scenarios set forth by the Joint Deployment Study Group (JDSG). This is the first phase of a four phase plan to develop a ready brigade staging complex consisting of arrival/departure airfield control group (A/DACG) facilities. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Critiera f-g are secondary and will be only used as ''tie-breakers'' among technically equal firms. - PRIMARY CRITERIA - a. Specialized experience and technical competence/knowledge of: (1) Large hardstands with all required drainage, utilities, lighting and fencing. (2) Cargo assembly & palletizing facilities with loading docks. (3) Facilities for weighing palletized equipment & supplies. (4) Troop assembly and departure holding shelters. (5) Cost engineering using MCACES Gold Software. (6) Use of CADD and translation into Intergraph format. The estimates for this project shall be prepared using the latest Version of MCACES Gold Software. The software and User's Manual will be provided by the Savannah District free of charge to the successful A-E. The drawings will be prepared using graphics created via Microstation 32 or Micro/Station PC (4.0) and or AutoCADD Version 11. All drawing files delivered to the District that have been created using AutoCADD Version 11 must be translated to .dgn files. The Contractor shall possess the software to enable the full translation of drawing files from .dwg to .dgn and vice versa. Before final selection the preselected A-E's may be required to demonstrate the above compatibility by reproducing a Government supplied standard drawing and translating it to the Intergraph format stated above. The method of translation must be thoroughly described and documented in Block 10 of the SF 255 if the A-E does not have an Intergraph CADD System. The A-E firm 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 announcement are requested not to transmit this plan with their SF 255. The specifications will be produced in SPECINTACT 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) (software provided). b. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. c. Capacity to accomplish the work in the stated contract period and to dedicate at least 3 civil engineers, 2 architects, 2 structural engineers, 2 electrical engineers, 2 mechanical engineers, and 1 topo survey crew. 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 registered Fire Protection Engineer and whose principle duties are Fire Protection Engineering. d. Professional qualfications of key management and professional staff members. e. Knowledge of the locality as it pertains to design and construction methods of major site development projects in the geographic area of this project. - SECONDARY CRITERIA - f. Extent of participation of SB, SDB, WO, historically black colleges and university and minority institutions in the proposed contract team, measured by percentage of the estimated effort. g. Location of the firm in the general geographic area of the project. h. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMITTAL 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 edition) for PRIME and ONE (1) copy of SF 254 (11/92 edition) for prime firm and all consultants, to the U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, 100 W. Oglethorpe, Savannah, GA 31401-3640 by 8 March 1996 to be considered for selection. Include the firm's ACASS number on the SF 255, block 3b. For ACASS information, call 503/326-3459. DEPTH of PRIME and SUBCONTRACTOR personnel in EACH discipline must be SHOWN in Block 4 of SF 255 and SF 254 to CLEARLY identify the NUMBER of PERSONNEL in each firm and DISCIPLINE. COVER letters and EXTRANEOUS materials ARE NOT DESIRED and WILL NOT be CONSIDERED. 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# 0022 19960201\C-0010.SOL)


C - Architect and Engineering Services - Construction Index Page