Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 11,1996 PSA#1548

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

C -- DESIGN OF SATELLITE CONTROL FACILITY, TECHNICAL SUPPORT FACILITY, AND ALTERATION OF OPERATIONAL SUPPORT FACILITY, FALCON AFB LORADO SOL DACA45-96-R-0028 POC For further information, Contact Larry Sand at (402) 221-4595. CONTRACT INFORMATION: Types of services required will include surveys, site investigations, concept design, final design (option), and construction phase services (option). A Fixed Price Contract will be negotiated for these services. Estimated completion date is October 1997, with an anticipated start date of June 1996. The Omaha District will establish a design partnership for this project. Prior to negotiation, the A-E will attend a one-day partnering meeting at the Omaha District offices to define Omaha District expectations of the A-E, create a positive working atmosphere, encourage open communication and identify common goals. Greater emphasis will also be placed on the A-E's quality control procedures for this project. The District will not review quality into the design. The A-E selected for this project must submit for approval a project-specific design quality control plan as a condition of contract award. This plan is not required with this submittal. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 53% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and women owned businesses (WOB), 9% be placed with SDB, and 3% be placed with WOB. The on-site data gathering and charrette process will be used on this project. PROJECT INFORMATION: One A-E firm will be selected to design all three facilities concurrently. Satellite Control Facility: A new 31,000 sf, environmentally controlled building to support five Space Operations Squadron (SOPS) satellite control system missions. The building will include RFI shielding, raised computer floors, redundant utilities, pre-wired work stations, engineering offices, computer rooms/microcomputer lab, fire protection, and interior security features. The building will also include an enclosed walkway to other facilities. Site improvements will include sidewalks, a parking area, and complete landscaping. Technical Support Facility: A new 30,000 sf building to provide space for operations support staff and administrative personnel. The building will include raised computer floors, a pre-wired computer room, and a comprehensive interior design. The building will also include a fire protection system. Site improvements will include a new parking area, sidewalks, and landscaping. Add/Alter Operational Support Facility: Addition and alteration of approximately 12,000 sf for the existing Operational Support Facility to support additional personnel. The renovations include reconfiguring primarily administrative space to accommodate the larger staff as well as enlarging an existing dental clinic to 300 sf. Use of the metric system of measurement may be required for some deliverables under the proposed contract, however, metric system experience is not required for selection. The estimated construction cost is between $20,000,000 and $25,000,000. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Design of similar computer and communication facilities with raised floors and the associated computer/communications support features. (2) Design of RFI Shielding.(3) Producing quality designs as evidenced by the firm's quality control procedures. The A-E must be able to provide designs that meet guidance and criteria without detailed review by the District. (4) Effective coordination and management of the project team, including consultants. (5) Conducting design charrettes. (6) Construction cost estimating and preparation of estimates on IBM compatible personal computers using Corps of Engineers Micro- Computer Aided Cost Estimating System (M- CACES) GOLD version or similar system (M-CACES software will be provided). (7) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with Autocad version 12. (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: Architect, Structural Engineer, Electrical Engineer, Mechanical Engineer, Fire Protection Engineer, Environmental Engineer, Civil Engineer, Interior Designer. (c) Capacity to perform the work in the required time. (d) Past performance as described in Note 24. (e) Location in the general geographic area of the project and knowledge of the locality of the project. (f) 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. (g) Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. (c) The firm's past performance and familiarity with the charrette process through use of in-house staff or consultant. In block 7 of SF 255 include team member's experience in participating on interactive conceptual design teams (charrettes). In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District offices or the project site will not be scheduled. Administrative and procedural questions shall be directed to John M. Miller at (402) 221-4176. See Numbered Note(s): 24. (0067)

Loren Data Corp. http://www.ld.com (SYN# 0037 19960308\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page