Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 19,1996 PSA#1577

USAED, SACRAMENTO, ATTN: A-E NEGOTIATIONS SECTION, 1325 J STREET ROOM 1079, SACRAMENTO CA 95814-2922

C -- DESIGN OF WESTERN RANGE OPERATIONS CONTROL CENTER, VANDENBERG AFB, CA SOL DACA05-96-R-0016 DUE 050396 POC Mr. Ken Parkinson, Chief, A-E Negotiations Section (916)557-7470 Contracting Officer: Ronald J. Miller (Site Code DACA05) CORRECTED ANNOUNCEMENT: The original announcement for this contract was published in Issue No. PSA-1562, dated March 29, 1996. This announcement is hereby corrected to read: 1. CONTRACT INFORMATION: A-E services are required to perform a conceptional study (project definition). This work and services may include site and utilities investigations, collection of functional requirements, development of adjacency matrix, floor plans, resolving building subsystems, topographic surveys, development of construction phases and a parametric cost estimate. The estimate will be prepared using Corps of Engineer's Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. A charrette may be used to develop schematic designs. The study will be prepared in the metric system of measurement. This work will include all architectural-engineering (A-E) and related services necessary to complete the study. The contract awarded from this announcement will be for the study only. Follow on design will be advertised separately. 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 may consist of an approximately 10,900 sq m (117,000 sq ft) multi-story Operations Control Center at Vandenberg AFB, CA. The project will be configured as a consolidated nerve center for DoD and commercial spacelift test evaluation and space surveillance. The study will incorporate systems that will accommodate the use of state-of-the-art Government communications equipment that will allow control, monitoring, coordination, and management of Range instrumentations, command and control, data processing and display features. The project will include computer areas, vaults, special communication system (TEMPEST), security intrusion control, uninterrupted power source (UPS), HVAC, fire detection and suppression, utilities, parking, and all other building and site support systems as required for a missile launch operations control center. Work may also include asbestos and lead based paint abatement. The estimated construction cost of this project is greater than 10 million dollars. 3. SELECTION CRITERIA: See Note 24 for general selection process. The firm and staff must be able to obtain or have a secret security clearance and so indicate on the SF 255 or transmittal letter. 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 ''h'' 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) Study/design of launch operations and control center and familiarity with state of the art range equipment. (2) Familiarity with the charrette process for data gathering and development of conceptual studies. (3) Study/design in a high seismic area such as Santa Barbara County in Southern California. (4) Use of automated design systems described above (M-CACES and CADD). (5) Experience producing quality studies/designs based on an evaluation of a firm's Quality Management Plan (QMP). The QMP should include an organization chart and briefly address management approach, team organization, quality control procedures, coordination of inhouse disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. b. Past performance on DoD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: project management; registered professionals in the following disciplines (architecture, soils, mechanical, electrical, fire protection, structural, civil, geotechnical and communication engineering; cost estimating; certified industrial hygienist; interior design; and instrumentation and computer equipment. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. d. Knowledge of the locality of the project site including geological features, climatic conditions, and local laws and regulations. e. Capacity to complete the study by September 1996, 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. Volume of DoD contract awards in the last 12 months as described below. g. Location of the firm in the general geographical area of the project site. h. 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. 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, study/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. A project specific quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with this submission. Responses received by 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 study 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. See(0108)

Loren Data Corp. http://www.ld.com (SYN# 0012 19960418\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page