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