Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1996 PSA#1585

U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821, LOUISVILLE KY 40202-2230

C -- A-E SERVICES FOR 2 INDEF DEL CONTRACTS USING THE MODULAR DESIGN SYSTEM FOR THE DESIGN OF US ARMY RESERVE CENTERS & VEHICLE MAINTENANCE SHOPS AND OTHER MILITARY DESIGN WORK SOL W22W9K-6115-6103 POC Contract Specialist Tom Dickert (502) 625-7528 (Site Code DACA27) 1. CONTRACT INFORMATION: This project is a 100% set-aside for 8(a) firms. This announcement is for two regional contracts. The first region is for all projects roughly east of the of the Mississippi River and the other for all projects west of the Mississippi River. Interested A/E firms must clearly identify which region(s) they wish to be considered for. Indicate ''Eastern Region'', ''Western Region'' or ''Both Regions'' in Block 2b of the SF 255 (for those firms indicating ''Both Regions'' in Block 2b two packages are required to be submitted). The two contracts will be awarded to two separate firms. However, the Corps of Engineers (COE) reserves the right to award cross-regional delivery orders as a part of these contracts. The proposed services will be obtained by negotiated Firm Fixed Price Contract Delivery Orders. Under each contract, projects will be awarded by individual Delivery Orders not to exceed $500,000 each. The basic contract periods are one year, with options to extend for up to four additional one- year periods. The maximum amount for basic contract periods and options years is $1,500,000 per year, for a maximum $7,500,000 for the five-year contract duration. Award of the two IDT Contracts is anticipated in the July 1996 time frame. Louisville District intends to formally partner these contracts with the selected firms. 2. MDS SPECIFIC INFORMATION: MDS is a personal computer (PC) based computer program developed to run on MicroStation Ver 5.0 CADD software. MDS was developed by the Corps of Engineers, Louisville District primarily for the U.S. Army Reserve program. In addition, MDS interfaces with the COE M-CACES cost estimating system and WordPerfect for Windows word processing software. MDS allows expedited design in the following design areas: Architecture, Interior Design, Structural, Mechanical (HVAC & Plumbing), Electrical, and cost Estimating. It is anticipated that significant time savings will be realized through the use of MDS, especially through duplicative type of effort offered through multiple Delivery Orders of these IDT Contracts with the same design team(s). A ten minute video that further describes MDS may be freely obtained through Louisville District by calling Ms. Stephanie DeMasters at (502) 582-6903 within two weeks from the date of this CBD ad. The selected A/Es will be solely responsible for the designs that they produce and will become the ''Designer of Record'' for each individual project within their contracts. The selected A/Es will be required to attend, at their own expense, MDS instructional training course prior to the start of any projects. The disciplines required for training are Architectural, Structural, Mechanical, Electrical (Interior Design, Plumbing and Cost Estimating disciplines may also be offered training slots). The training location(s) and date(s) will be announced at a later date. 3. PROJECT INFORMATION: The required project Delivery Orders under this IDT Contract may include some or all of the following types of building structures: Training Centers (which include: admin, education, assembly, storage, special training & support spaces), Vehicle Maintenance Shops (which include: work bays, admin, special training, storage & support spaces), Stand-Alone Buildings (which include: unheated storage & District Support/General Support warehouses). Anticipated construction project size is between $1,000,000 and $7,000,000. Associated design effort may include: civil site design, controlled waste and flammable storage, demolition and or renovation of existing facilities, environmental compliance, asbestos, lead, and PCB surveys and/or abatement & utility investigations. 4. SELECTION CRITERIA: Submittals will be evaluated against the following general evaluation factors listed in descending order of importance (criteria a-d are primary and e-g are secondary): a. PROFESSIONAL CAPABILITIES: Design and/or review of design by experienced professionals in the fields of Civil, Electrical, Geotechnical, Mechanical (HVAC & Plumbing) & Structural Engineering (independent of civil), as well as, Architecture, Landscape Architecture, Interior Design, & Surveying are required and must be indicated in the SF 255. A designer and checker in Architecture, and each specified field of engineering, are necessary with at least one in each field being professionally registered. Contractors must include resumes within the SF 255 for all proposed MDS team members and consultants for each discipline mentioned above. Only resumes identifying the professionalism and specialized experience of the design group are necessary. Other available personnel may be specified in paragraph 10 of SF 255. The SF 255 must also indicate professionals with experience in building Fire Protection & Life Safety Codes. The Interior Designer must be a registered architect, a registered interior designer, or an NCIDQ certified designer. Design effort may include demolition or disturbance of ordinary buildings types that may contain asbestos, PCBs and lead in such forms as electrical appurtenances, painted surfaces, flooring, pipe insulation and felts, etc. For those cases the contractor must indicate in the SF 255 only that access through consultants (identify proposed consultants) and/or in-house expertise is achievable. SF 255 should confirm that the following expertise will be provided as needed (resumes are not required): A Certified Industrial Hygienist as certified by the American Board of Industrial Hygienists (ABIH). Field inspectors demonstrating that they have successfully completed an EPA approved course for building inspectors and asbestos management planners. 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). b. Specialized Equipment, Experience and Technical Requirements: Firms must indicate in the SF 255 that they have MicroStation CADD access and capability, and have skilled MicroStation CADD operators trained or experienced in its use. Resumes of MicroStation CADD personnel are required to be included in SF 255. Training and experience in CADD programs, other than MicroStation, will not be considered. Construction cost estimating must be accomplished using the Micro-Computer Cost Estimating System (M-CACES), which will have direct interface with the MDS program for building related costs (all software and database will be furnished). Firms must list experience with the use of M-CACES in the SF 255. Specifications must be electronically developed using the MDS Army Reserve Specifications supplemented with the Corps of Engineers Guide Specifications (CEGS) for non-MDS specification items. The final design drawings and related MDS program project files must be submitted in Intergraph MicroStation MDS format on 8mm/2.3 GB or 9 track/ 1600 bpi ANSI tape format. Knowledge and experience with the U.S. Army Reserve design program is considered important and should be indicated on the SF 255. The contractor shall be responsible for preparing contract documents using computer-aided design and drafting (CADD) and delivering the drawings in Bentley Systems' MicroStation NT (TM) CADD software, release 5.00.X, Windows NT (TM), version 3.51 or higher, electronic digital format. In addition, the contractor shall use the Modular Design System (MDS) software, version 1.1 (provided under license agreement by the government) to accomplish the work. The contractor shall update their MicroStation NT (TM) CADD software as required by later versions of MDS. The Government will only accept the final product for full operation, without conversion or reformatting, in the target CADD software format, and on the target platform specified herein. The target platform is an Intel compatible processor, 486(TM) or Pentium(TM), with a Windows NT (TM), version 3.51, operating system. The contractor and all subcontractors shall share information across the LAN/WAN network using their Windows NT (TM) workstations. Scanned drawings shall be delivered in a raster format compatible with the native Intergraph IRAS, currently released version, electronic digital format. Digital data prepared using a nongraphical database software shall be delivered in Intergraph's Relational Interface System (RIS) (TM), currently released version, electronic digital format. c. Capacity To Accomplish Work In The Required Time: It will be required that the MDS contract design team members be continuous, to the maximum extent possible, over the life of the contract. In addition, it is anticipated that multiple projects may be awarded simultaneously to the selected firms. Firms must demonstrate the ability to design and manage multiple projects in their SF 255. d. Past Performance of Contracts: Firms must demonstrate past performance on contracts with respect to cost control, quality of work and compliance with performance schedules. Each SF 255 must include a description of a formalized Quality Control (QC) Plan relating to design and specifically tailored to this work. The QC Plan will explain how the firm and all consultants will produce a quality design which is free of errors and omissions to the maximum extent possible. e. Geographical Location and Knowledge: In addition to stating the A/Es office location of where the work will be performed, the firms must demonstrate knowledge in dealing in the geographical locations for which they are submitting; or state how they plan to address various regional design considerations such as seismic, climatic and geotechnical aspects. f. Volume of DOD Work: Volume of work previously awarded to the firm by the Department of Defense, with the object of effecting an equitable distribution among qualified Architect-Engineer firms including small and small disadvantaged business firms and firms that have not had prior Department of Defense Contracts. g. Superior performance evaluations on recently completed DOD contracts. 5. SUBMITTAL REQUIREMENTS: a. This project is a 100% set-aside for 8(a) firms. 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 May 28, 1996 to be considered for selection. 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 Division, 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. 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.(0120)

Loren Data Corp. http://www.ld.com (SYN# 0017 19960430\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page