Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 7,1996 PSA#1546

US ARMY ENGINEER DISTR, ALBUQ, CORPS OF ENGINEERS, 4101 JEFFERSON PLAZA NE, ALBUQUERQUE NM 87109-3435

C -- DESIGN DENTAL CLINIC REPLACEMENT, HOLLOMAN AIR FORCE BASE, NEW MEXICO SOL DACA47-96-R-0019 DUE 040896 POC Contract Specialist Linda J. Anderson (505) 342-3451 (Site Code DACA47) R-1. CONTRACT INFORMATION: A firm fixed price contract will be awarded for design of a Dental Clinic Replacement at Holloman AFB, near Alamogordo, New Mexico. The work will include site investigations, planning, surveys, geotechnical report, engineering studies and concept design with options for the final design, construction bid documents and construction phase services which may include construction inspection, shop drawing review and preparation of as-built drawings. The anticipated design contract award date is July 1996. This Contract will be procured in accordance with Pl 92-582 (Brooks A-E Act) and FAR Part 36. This procurement is unrestricted. The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act. 2. PROJECT INFORMATION: The project will construct a new dental clinic of approximately 1100 gross square meters (gsm). The facility will include spaces for 16 dental treatment rooms and associated logistics, administration and support spaces. Supporting facilities include water, sewer, natural gas, HVAC, electric service, security lighting, parking, storm drainage, communication and information systems, and general site improvements. The project will be designed in accordance with: MIL-HNDBK 1191, DoD Medical and Dental Treatment Facilities Design and Construction Criteria, Uniform Federal Accessibility Standards (UFAS) and American with Disabilities Act Accessibility Guidelines (ADAAG). The successful firm will be required to submit all applicable environmental permits necessary for the construction of the project. The design will be prepared in the metric system of measurement. Work may include asbestos abatement. The estimated construction cost for this project is between 1 and 5 million dollars. 3. SELECTION CRITERIA: See Note 24 for the 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-f are primary. Criteria g-j are secondary and will be used as ''tie-breakers'' among ''technically equal'' qualified firms. a. Demonstrated specialized experience and technical competence in: 1) Design of dental outpatient facilities. 2) Life safety and fire protection design of medical and dental facilities. 3) Use of automated design systems including; cost estimates prepared utilizing the Corps of Engineers Computer Aided Cost Estimating System (M-CACES) or Composer Plus (Trademark) software, drawings prepared utilizing Intergraph (Trademark) MicroStation Version 5 or higher and AutoCAD (Trademark) version 13 compatible formats, specifications prepared in WordPerfect (Trademark) version 6.0 compatible format utilizing Corps of Engineers Guide Specifications, and review comments provided on the Corps of Engineers Automated Review Management System (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 and relevant experience and longevity with the firm. The Cost Estimator must be formally trained in using M-CACES and the cost estimates must be prepared under the guidance of and signed by a Registered Professional Engineer or Architect. c. Experience producing quality designs based on an evaluation of the 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 with any significant consultants on similar projects. d. Knowledge of the locality of the project including geologic features, climatic conditions, and local construction methods. e. Past performance on DoD and other contracts in terms of cost control, quality of work, and compliance with performance schedules. f. 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. g. Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. h. Volume of DoD contract awards in the last 12 months as described in Note 24. i. Geographic location of the firm with respect to Holloman AFB, New Mexico. j. Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit one copy of SF 255 (11/92 edition) and one copy each of SF 254 (11/92 edition) for the prime firm and all consultants to the above address not later than the 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 the next business day. In SF 255, block 3b, provide the firm's ACASS number. In SF 255, Block 7, list specific project experience for the key team members, indicate the team member's 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 3b. In SF 255, block 10, provide the DQMP and the names and telephone numbers of clients as references on the three most recent, non-military, medical facility designs. Only data furnished by the responding firm on the SF 254 and SF 255 will be reviewed for the requested information. (brochures, etc. will not be considered) FIRMS SHALL LIMIT BLOCK 10 OF THE SF 255 TO NO MORE THAN 10 PAGES EXCLUDING THE DQMP. 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 5 additional copies of their submittal. Solicitation packages are not provided. The solicitation number is DACA47-96-R-0019 . The POC is Linda J Anderson (505) 342-3451. No other general notifications will be made and no further actions will be required from firms under consideration. This is not a Request For Proposal.(0065)

Loren Data Corp. http://www.ld.com (SYN# 0023 19960306\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page