Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 27,1996 PSA#1560

U.S. Army Engineer District, Savannah, P.O. Box 889, Savannah, GA, 31402-0889

C -- DESIGN RESCUE SQUADRON BEDDOWN FACILITIES, MOODY AFB, GA POC Mr. Robert A. Smith at 912/652-5706. 1. CONTRACT INFORMATION: A-E services are required for site investigation, planning engineering studies and preparation of Customer Concept Design(CCD's) which are approximately 15% concept designs, final design(option) and construction related services. This will be a firm fixed price contract. The contract is anticipated to be awarded in May 1996 with CCD's to be completed by August 1996. The Final(option) will be approximately 180 calendar days in length. The estimated construction cost range is $10,000,000 to $20,000,000. This announcement is open to all firms regardless of size. 2. PROJECT INFORMATION: A-E services are required to prepare CCD's for five Rescue Squadron Facilities at Moody AFB, Ga. The bldgs are two(2) Squadron Operations Facilities, a C-130 Maintenance Hangar and two(2) Storage Igloos. The estimates for this project shall be prepared using the latest version of MCACES Gold Software. The software and User's Manual will be provided by the Savannah District free of charge to the successful A-E. The drawings will be prepared using graphics created via Microstation 32 or Micro/Station PC (4.0) and or Auto CADD version 11. All drawing files delivered to the District that have been created using AutoCADD Version 11 must be translated to .dgn files. The Contractor shall possess the software to enable the full translation of drawing files from .dwg to .dgn and vice versa. Before final selection the preselected A-E's may be required to demonstrated the above compatibility by reproducing a Government Supplied standard drawing and translating it to the Intergraph format stated above. The method of translation must be thoroughly described and documented in Block 10 of the SF 255 if the A-E does not have an Intergraph CADD System. The A-E firm will be required to submit a Design Quality Assurance Plan concurrently with their fee proposal. Information on what is to be contained in this plan will be furnished upon notification of selection. Firms responding to this announcement are requested not to transmit this plan with their SF 255. The specifications will be produced in SPECINTACT using Corps of Engineers Military Construction Guide Specification. The responses to design review comments will be provided on Corps of Engineers Automated Review Management Systems (ARMS) (software provided). SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a-e are primary. Criteria f-g are secondary and will be only used as ''tie-breakers'' among technically equal firms. PRIMARY CRITERIA - a. Specialized experience and technical competence/knowledge of: (1) recent experience with major Air Force beddown projects, (2) design of AirForce squadron operations facilities, (3) design of AirForce maintenance hangar facilities, (4) design of AirForce storage igloos, (5) designs involving the Charette process, (6) Cost Engineering using MCACES Gold Software, (7) Use of CADD and translation into Intergraph format, (8) Design in metric dimensioning. b. Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. c. Capacity to accomplish the work in the stated contract period and to dedicate at least 3 mechanical engineers, 2 architects, 2 electrical engineers, 2 civil engineers, 2 structural engineers and 1 topographic survey crew. The design team must include a Registered Engineer or Registered Architect who is a full ''member'' in good standing of the Society of Fire Protection Engineers (SFPE) or an individual who is a registered Fire Protection Engineer and whose principle duties are Fire Protection Engineering. d. Professional qualifications of key management and professional staff members. e. Knowledge of the locality as it pertains to design and construction methods of major site development projects in the geographic area of this project. SECONDARY CRITERIA - f. Extent of participation of SB, SDB, WO, historically black colleges and university and minority institutions in the proposal contract team, measured by percentage of the estimated effort. g. Location of the firm in the general geographic area of the project. h. Volume of DoD contract awards in the last 12 months as described n Note 24. 4. SUBMITTAL REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit ONE (1) copy of SF 255 (11/92 edition) for PRIME and ONE (1) copy of SF 254 (11/92 edition) of prime firm and all consultants, to the above address by 01 May 1996 to be considered for selection. Include the firm's ACASS number on the SF 255, block 3b. For ACASS information, call 503/326-3459. DEPTH of PRIME and SUBCONTRACTOR personnel in EACH discipline must be SHOWN in Block 4 of SF 255 and SF 254 to CLEARLY identify the NUMBER OF PERSONNEL in each firm and DISCIPLINE. COVER letters and EXTRANEOUS materials ARE NOT DESIRED and WILL NOT be CONSIDERED. PHONE calls are DISCOURAGED unless ABSOLUTELY NECESSARY. PERSONAL visits for the PURPOSE of DISCUSSING this announcement WILL NOT BE SCHEDULED. This is NOT A REQUEST FOR A PROPOSAL. (0085)

Loren Data Corp. http://www.ld.com (SYN# 0020 19960326\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page