Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 28,1996 PSA#1540

USAED, Kansas City, 757 Federal Building, 601 East 12th Street, Kansas City, MO 64106-2896

C -- DESIGN OF DINING FACILITIES, ASBESTOS ABATEMENT AND DEMOLITION AT FORT RILEY, KANSAS AND OTHER INSTALLATIONS IN THE KANSAS CITY DISTRICT SOL EPDI**-6008-0048 POC Contract Specialist Kathy Lynch 816-426-5343 (Site Code DACW41) CONTRACT INFORMATION: A-E services are required for the design of dining facilities at Fort Riley, Kansas, and other installations within the Kansas City District. The project at Fort Riley also includes asbestos and lead abatement survey and design, and demolition contract documents for several buildings that will be demolished as part of the project. Options will be included in the contract(s) for engineering and design services during construction, to include shop drawing review, site visits, air monitoring, as-builts, etc. Design of these projects will include all surveys, studies, and site investigations (including selective demolition), preparation of technical specifications, design analysis, contract drawings and detailed construction cost estimates (CACES) to support the projects. One or two firm fixed price contracts will be negotiated. The government reserves the right to award both projects to the same firm, with one or more options to the Fort Riley contract. The contract(s) is anticipated to be awarded in March 1996 and completed by October 1996. PROJECT INFORMATION. These projects consists of the design of dining facilities and related site and utility work at Fort Riley, Kansas, and other installations within the Kansas City District. The dining facility design will be based on the current standard design for dining facilities, using the 501 to 800 person size. The design will be hard metric. The buildings are single story and approximately 1850 square meters. Structural systems are anticipated to be concrete block and brick. The Fort Riley project also includes performing an asbestos demolition survey of several buildings (barracks and administrative facilities) to be demolished as part of the survey. The AE will be expected to patch destructive testing holes done as part of the survey. The AE shall also address lead paint abatement requirements. The AE shall be responsible for preparation of plans and specifications for asbestos and lead abatement and demolition of the buildings. The estimated construction cost per project is between one and five million dollars. SELECTION CRITERIA. Selection criteria is listed in order of importance. Item (e) through (g) will be used as tie-breakers. (a). Professional capabilities. (1) Responding firms shall demonstrate capability in these primary disciplines: architectural, interior design, structural, mechanical, electrical, civil, certified industrial hygienist, fire protection specialist, and kitchen design specialist. (2) Professional registration of lead designers. (b) Specialized experience and technical competence. In block 8, cite whether the experience is that of the prime (or joint venture), con- sultant or an individual. Work cited that is experience of the prime (or Joint venture) from an office other than that identified in Block 4 shall be so labeled. Specific specialized experience for this project is as follows: (1) Design of dining facilities using the Army standard design. (2) Design of commercial dining facilities other than fast food services. (3) Conduct of asbestos and lead demolition surveys, asbestos and lead abatement plans and specifications and demolition drawings. (4) Specific knowledge of local conditions and project site features. (5) Quality management procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function in Block 10 of SF 255. (a) detailed quality control plan will be submitted by the AE as part of the negotiation process. (6) Experience in preparing 2-D and 3-D contract drawings with database attachments which is fully compatible with Intergraph's Microstation 32 version 5.0 or higher. (Cite in Block 10 of SF 255). (c). Capacity to initiate design and complete within the time parameters of the project. (d). Past Performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. (e). Locations of firm in general geographical area of the project. (f). Extent of participation. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Dis- advantaged firms in accordance with Public Law 95-507. This plan is not required with the submittal, but changes to the design team may require reconsideration by the Selection Board and must be approved prior to award to any large business. Of the subcontract amount, goals assigned to the KCD are 60.3% for small business, 9.8% for small disadvantaged business and 2.9% for womenowned small business concerns. Small Dis- advantaged Business Goals of less than 5% must be approved two levels above the Contracting Officer, pursuant to DOD FAR Supplement 219.705-4. For informational purposes, the small business size for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the Standard Industrial Classification Code (SIC) is 8712. (g). Volume of DOD contracts awarded in the last 12 months to the prime A-E firm. In Block 10 of the SF255, responding firms should cite all contract numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months to the office expected to perform this work. Please indicate all delivery orders awarded your firm by DOD agencies within the last 12 months under and indefinite delivery type contract, regardless of the award date of the contract itself. Indicate date of delivery orders and fee for each. Modifications to contracts or delivery orders which were awarded prior to the last 12 months need not be listed. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit and SF 255 to the address listed below no later than the close of business (March 1, 1996, 4:00 pm (CST) on date stated. Each firm/consultant listed within the SF 255 must have a current SF 254 (submitted within the last 12 months) on file with the Corps of Engineers, or one must be submitted with this package. Solici- tation packages are not provided. This is not a request for proposal. Submit responses to: U.S. Army Engineer District, Kansas City ATTN: CEMRK-CT-M/Murray, 757 Federal Building, 601 E. 12th Street, Kansas City, Missouri 64106-2896. QUESTIONS. Questions of a technical nature may be addressed to Christine Hendzlik at (816) 426-2782 and those of an contractual nature to Kathy Lynch(0057)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960227\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page