|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 9,1996 PSA#1569U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821,
LOUISVILLE KY 40202-2230 C -- INDEFINITE DELIVERY CONTRACT FOR THE DESIGN OF VARIOUS MILITARY
ARCHITECTURAL AND ENGINEERING PROJECTS FOR DETROIT ARSENAL, MICHIGAN.
SOL W22W9K-6082-6060 POC Contract Specialist B. J. Durrett (502)
582-6796 (Site Code DACA27) 1. CONTRACT INFORMATION: The proposed
services will be obtained by a negotiated Firm Fixed Price Contract for
military activities at the Detroit Arsenal. Projects will be awarded by
Individual Delivery Orders not to exceed $150,000 with the maximum
contract value being $500,000. The estimated construction cost per
project is between $150,000 and $2,000,000. The contract period is one
year from date of award with an option to extend an additional year
but with no addition in the base contract amount. 2. PROJECT
INFORMATION: Activities such as preparation of plans, specifications,
construction cost estimates and/or technical studies in support of such
projects as: a) building design, renovation, and repairs to include
items as painting, window and door replacement, and roof repairs and/or
replacements b) structural analysis and design (includes seismic
analysis) c) mechanical systems, HVAC and plumbing d) electrical
systems, alarms and controls, interior/exterior lighting and
distribution systems e) fire protection systems f) site surveying g)
hydraulic and hydrology analysis h) geotech (soils engineering)
activities i) road design, paving and resurfacing k) site work
including planning, grading and drainage l) water and waste water
distribution and treatment m) interior space planning and design to
include pre-wired work stations n) landscape planning o) corrosion
prevention and control and p) survey, analysis, and abatement design
for hazardous materials encountered in building demolition and
renovation i.e. PCB's, asbestos, and lead in such forms as electrical
appurtenances, painted surfaces, floor tiling, pipe insulation and
roofing felts. Some work in enclosed/confined spaces may be required.
Metric design, in whole or in part, will be required for the authorized
projects unless otherwise specified. Construction cost estimating must
be accomplished using the Micro-Computer Aided Cost Estimating System
(M- CACES) software (software and database will be furnished).
Specifications must be electronically developed using Corps of
Engineers Guide Specifications (CEGS). All drawings must be
electronically developed. Any CADD system may be used but submittals
must be in accurately translated Intergraph Microstation format in
conformance with District Cadd standards unless otherwise specified. A
laboratory accredited in Bulk Asbestos Fiber Analysis given by the
National Institute of Standards and Technology (NIST) under the
National Voluntary Laboratory Accreditation Program (NVLAP) must be
available for hazardous material testing as needed. Some projects may
require partnering with the selected firm which could require the
selected A/E to attend an approximate one-day partnering meeting to
define the District's expectations of the A/E, create a positive
working atmosphere, encourage open communication, and identify common
goals. Significant emphasis will be placed on the A/E's quality control
procedures as the District will not review quality into the project. 3.
SELECTION CRITERIA: See Note 24 for general selection process
information. The selection criteria in descending order of importance
(first by major criterion and then by each sub-criterion) are listed
below. Criteria a-d are primary and e-h are secondary: a) A designer
and checker with education, training, and specialized experience in
architecture and in the fields of civil, sanitary, hydraulic, geotech
(soils engineering), structural (independent of civil), mechanical, and
electrical engineering are necessary with at least one in each field
professionally registered. Additionally, professionals qualified by
education, registration, certification, and/or training in interior
design, landscape architecture, industrial hygiene, and hazardous
material inspection and abatement methods are necessary. The Interior
Designer must either be NCIDQ Certified, a registered Interior
Designer, or a registered architect with demonstrated training and
experience in interior design. The hygienist must be a Certified
Industrial Hygienist (CIH) as certified by the American Board of
Industrial Hygienist (ABIH). The hazardous material inspector must have
successfully completed an EPA approved course for building inspectors
and asbestos management planners. b) Specialized experience and
technical competence in building design and or renovation including
seismic design or upgrades; raised flooring; comprehensive interior
design; pre-wired work stations; acoustic separation; security systems;
Life Safety Codes; exterior and interior lighting; mechanical and
electrical systems to include HVAC systems and energy monitoring
control systems; design of fire alarm and protection systems; site
surveying; road design, drainage, and general site grading; utility
analysis and design to include electrical distribution, mechanical,
storm and sanitary systems; corrosion protection systems; and asbestos,
lead paint, radon, and PCB investigations and abatement. Only resumes
identifying the professionalism and specialized experience of the
design group are necessary. Other available personnel may be specified
in paragraph 10 of the SF 255. c) Capacity to complete the work in the
required time. d) Past performance on DOD and other contracts with
respect to cost control, quality of work, and compliance with
performance schedules. e) Geographical location and knowledge of the
locality of the project. f) Superior performance evaluations on
recently completed DOD contracts. g) Volume of DOD contract awards in
the last 12 months as described in Note 24. h) 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. In addition, a brief Design Management Plan
including an explanation of the firm's management approach, management
of subcontractors (if applicable), quality control procedures and an
organizational chart showing the inter- relationship of management and
various team components (including subcontractors) must be included in
paragraph 10 of the SF 255. 4. SUBMITTAL REQUIREMENTS: a. See Note 24
for general submission requirements. Firms which are interested and
meet the requirements described in this announcement are invited to
submit one completed SF 255 (Revision 11-92), U.S. Government A/E and
Related Services for Specific Projects to the office shown above. SF
255 (Revision 10-83) is obsolete and only the 11- 92 edition of SF 255
will be accepted. All responses on SF 255 to this announcement must be
received no later than 4:30 pm Local Time on the 30th calendar day
after the date of this publication to be considered for selection. The
day following this CBD announcement counts as day number 1. If the
30th day falls on Saturday, Sunday or a U.S. Gov't. holiday, the
deadline is the close of business on the next Gov't. business day. b.
It is requested that interested firms list the fee amount and date of
all DOD contracts awarded during the last 12 months to the firm and all
subsidiaries in Block 9 of the SF 255. c. Responding firms must submit
a current and accurate SF 254 for each proposed consultant.
Additionally, all responding firms which do not have a current (within
the past 12 months) SF 254 on file with the North Pacific Divisioin,
Corps of Engineers, must also furnish a completed SF 254. If a SF 254
is included, only the 11-92 edition of the form will be accepted. The
business size status (large, small and/or minority) should be indicated
in Block 3 of the SF 255. Definition: A concern is small if the annual
receipts averaged over the past 3 fiscal years do not exceed $2.5
million. d. No other information including pamphlets or booklets is
requested or required. e. No other general 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 proposals. (0096) Loren Data Corp. http://www.ld.com (SYN# 0018 19960408\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|