Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5,1996 PSA#1524

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

C -- DOD POLYGRAPH INSTITUTE, FORT JACKSON, SC POC Ben Harris at 912/652-5644. CORRECTED ANNOUNCEMENT PREVIOUS ANNOUNCEMENT IS INCORRECT: 1. CONTRACT INFORMATION: AE 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 May 1996 and completed in December 1996. The estimated construction cost range is $1,000,000 to $5,000,000. 2. PROJECT INFORMATION: A-E services are required to prepare the plans, specifications, design analysis, and cost estimates for the design of a Polygraph Institute. The Polygraph Institute consists of administration, operations, training, and research facility spaces. The project includes structural, electrical, mechanical, classrooms, examining and observation rooms, library, lounge equipment maintenance and repair area, research computer room and storage area, and information systems. Connect utility energy monitoring and control system (UEMCS). Install intrusion detection system (IDS). Support facilities include utilities; electric service; exterior lightning protection; fire protection and alarm systems; paving, walks, curbs and gutters; parking; fencing; storm drainage; information systems; and site improvements. Access for the handicapped will be provided. Heating (gas) and air conditioning (70) tons will be provided by self-contained units. Comprehensive interior and furnishings related design will be required. 3. SELECTION CRITERIA: See Note 24 for general A-E 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-e are primary. Criteria f-g are secondary and will only be used as ''tie-breakers'' among technically equal firms. PRIMARY CRITERIA: a. Specialized experience and technical competence: (1) Design of polygraph facilities to include training, research, administration and operations areas. (2) Design of facilities with accoustically and electromagentically shielded enclosures. (3) Design of facilities based upon use of an installation design guide. (4) Design of facilities with intrusion detection systems. (5) Use of MCACES Gold. (6) Use of CADD and production of Intergraph documents. 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 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 specifications will be produced in SPECINTACT using Corps of Eningeers Military Construction Guide Specifications. The responses to design reveiw comments will be provided on Corps of Engineers Automated Review Management System (ARMS) (software provided). 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. b. Past performance on DoD and other contract 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 2 architects, 1 electrical engineer, 1 structural engineer, 1 civil engineer, 1 mechanical enginer, 1 interior designer, 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 qualifications of key management and professional staff members. e. Knowledge of the locality as it pertains to design and construction methods used for 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. 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 5 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. (0032)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960202\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page