Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 7,1996 PSA#1526

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

C -- DESIGN OF REPLACEMENT FAMILY HOUSING, FT. BRAGG, NC POC Diego Martinez at 912/652-5738. 1. CONTRACT INFORMATION: A-E services are required for preparation of concept and final design drawings, specifications and cost estimates, site investigation, master planning and other engineering studies, shop drawing review and construction phase services. This will be a firm fixed price contract. This announcement is open to all firms regardless of size. The contract is anticipated to be awarded in March 1996 and completed in August 1996. 2. PROJECT INFORMATION: A-E services are required for design of Army Military Family Housing Units located at Ft. Bragg, North Carolina. The work will include replacement of 88 housing units. Replacement of these units is required to provide adequate quarters for enlisted military members and their families assigned to this installation. Replacement housing will provide a safe, comfortable, appealing living environment comparable to the off-post civilian community. Carports are needed to protect occupant's vehicles from exposure to the elements. Driveways and off-street access will eliminate unsafe on-street parking. Playgrounds are required to provide safe recreational areas for post dependents. Signage is needed to foster neighborhood pride and identification. The estimated construction cost of the project is $5,000,000.00 to $10,000,000.00. 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). 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-e are primary. Criteria f-g are secondary and will only be used as ''tie-breakers'' among technically equal firms. **** a. Specialized experience in: 1). Design of military housing projects, 2). Design of private sector multi-family housing projects in southeastern U.S. locations, 3). Master planning and area development design for family housing projects, 4). Design of environmental restoration to include abatement of asbestos and lead based paint and underground storage tank removal, 5). 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. and, 6). The drawings will be prepared using graphics created via Microstation 32 or Micro/Station PC (4.0) and/or AutoCADD Version 11. All drawings delivered to the District that have been created using AutoCADD Version 11 must be translated to .dgn files. The Contractor shall posses the software to enable the full translation of drawing files from the .dwg to .dgn and vice versa. Before final selection the preselected A-E's may be required to demonstrate the above compatability 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. **** 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 two architects and civil engineers, and at least one electrical, mechanical, structural and environmental engineer, industrial hygienist(asbestos & lead abatement), landscape architect, interior designer and topographic survey crew. The design team must include a Registered Engineer or Registered Architect who is a full ''member'' in good standing with the Society of Fire Protection Engineers (SFPE) or an individual who is a Fire Protection Engineer. **** 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 large multi-family housing projects in southeastern U.S. and projects with erosion control design requirements in the geographic area of this project. SECONDARY CRITERIA: **** f. Extent of participation of SB, SDB, 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 and ALL CONSULTANTS, to the U.S. Army Engineer District, Savannah, ATTN: CESAS-EN-EA, 100 W. Oglethorpe, Savannah, GA 31401-3640 by 4 March 1996 to be considered for this 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. The A-E firm 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 announcement are requested not to transmit this plan with their SF 255. 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. (0036)

Loren Data Corp. http://www.ld.com (SYN# 0017 19960206\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page