Loren Data Corp.

'

 
 

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

USAED, SACRAMENTO, CONTRACTING DIVISION, 1325 J STREET, SACRAMENTO CA 95814-2922

C -- DESIGN OF AEROMEDICAL SERVICES CLINIC SOL DACA05-96-R-0013 DUE 032696 POC Mr. Richard Dabrowiak, Chief, A-E Negotiations Section (916)557-7470 Contracting Officer: Judith E. Grant (Site Code DACA05) 1. CONTRACT INFORMATION: A-E services are required for site investigation, planning, survey and geotech 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. The end result of this design shall be drawings, and in addition, the contractor shall provide electronic data in and/or compatible with vectorized autocad format (latest version). 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). This work will include all architectural-engineering (A-E) and related services necessary to complete the design, and A-E services during the construction phase for this project. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in June 1996. This contract is open to all businesses regardless of size. 2. PROJECT INFORMATION: This project will construct an addition of approximately 1500 gross square meter (gsm) and alter approximately 1000 gsm to the existing Edwards AFB hospital for an Aeromedical Services Clinic. The facility will include spaces for physical exam, flight and aerospace medicine, optometry, bioenvironmental engineering and public health, logistics, and administrative. Supporting facilities include water, sewer, natural gas, HVAC, electric service, security lighting, parking, storm drainage, communication and information systems, and general site improvements. Work may include asbestos and lead based paint abatement. Project will be designed in accordance with: MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and Construction Criteria and Uniform Federal Accessibility Standards (UFAS) and Americans with Disabilities Act Accessibility Guidelines (ADAAG). The estimated construction cost of this project is between 1 and 5 million dollars. 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'' through ''e'' are primary. Criteria ''f'' through ''g'' 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 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 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 inhouse 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, assuming contract award in June 1996. 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 below. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms having capabilities to perform this work are invited to submit one completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and one completed SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above. In block 4 of the SF 255, list only the personnel for the office indicated to perform the work in block 3b. In block 7 of the SF 255: provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc). In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the DQMP and organization chart for the proposed team; 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. Provide separate tabs for SF 255, SF 254, consultants SF 254, management plan and client references. Short listed firms may be requested to submit up to 5 additional copies. Personal visits to discuss this project will not be scheduled. Responses received the close of business (4:30pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business of the next business day. No other notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposal. All responsible sources may submit the required SF 254 and SF 255 which shall be considered by the agency. Numbered Note 24.(0057)

Loren Data Corp. http://www.ld.com (SYN# 0020 19960227\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page