Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,1996 PSA#1533

US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR STREET, ROOM 6A18, P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH TX 76102-0300

C -- DESIGN OF BLOOD DONOR CENTER, LACKLAND AFB, TX SOL DACA63-96-R-0014 DUE 031996 POC Jerrell Freeman, (817/334-2262) (Site Code DACA63) 1. CONTRACT INFORMATION: A-E services are required for site investigation, planning, survey and geotechnical report (option), engineering studies, concept design, final design (option), and construction phase services (option) for the subject project. The design will be prepared in the metric system of measurement. Construction cost estimates will be prepared on IBM-compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. Design drawings will be produced in a format fully compatible with Microstation 32 Version 4.0.3 or higher. The specifications will be produced in SPECSINTACT 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). Construction Phase services may include preparation of operation and maintenance manuals and shop drawing approval. This announcement is open to all businesses regardless of size. Standard Industrial Classification (SIC) code for this acquisition is 8711. Small Business Size Standard is $2.5 million average annual earnings for the last three years. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in June 1996. 2. PROJECT INFORMATION: This project will construct a new Blood Donor Center of approximately 2000 gross square meter (GSM). The facility will include spaces for logistics, administration, pathology, blood drawing and processing. 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-ll9l, DOD Medical and Dental Treatment Facilities Design and Construction Criteria and Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act Accessibility Guidelines (ADAAG). Work may include asbestos abatement. The estimated construction cost of this project is between 1 and 5 million dollars. 3. SELECTION CRITERIA: See note No. 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 ''i'' 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) Design 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 described above (M-CACES, CADD, SPECSINTACT, and ARMS). b. Qualified professional personnel in the following key disciplines: project management; medical facility planning, architecture, mechanical, electrical, fire protection, structural, civil, and communication engineering; cost estimating; certified industrial hygienist; medical equipment planning and interior design. Registered professionals are required in the following disciplines: Architecture, mechanical, electrical, fire protection, structural, and civil 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 1996 and the final design by November 1997. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of 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 No. 24. h. Location in the general geographic area of the project location. i. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 4. SUBMISSION REQUIREMENTS: See Note No. 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime and for each consultant to the above address not later than close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. In SF 255, block No. 3b, provide the firm's ACASS number. In SF 255, block No. 7, 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 No. 3b. In SF 255, block No. 10, provide the DQMP and the names and telephones numbers of clients as references on three most recent, nonmilitary, medical facility designs. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Short listed firms may be requested to submit up to five additional copies of their SF 255 and SF 254 submittals. Solicitation packages are not provided. This is not a request for proposal.(0045)

Loren Data Corp. http://www.ld.com (SYN# 0025 19960215\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page