Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 6,1996 PSA#1588

US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR STREET, ROOM 6A18, P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH TX 76102-0300

C -- POTENTIAL FIXED PRICE CONTRACTS FOR A-E SERVCS IN DESIGN OF BARRACKS/DORMITORY PROJECTS, PRIMARILY IN THE FT WORTH DISTRICT AREA OF RESPONSIBILITY (PRIMARILY LA, NM AND TX) SOL DACA63-96-R-0022 DUE 060596 POC Contact: Jerrell Freeman, (817/334-2262) (Site Code DACA63) 1. CONTRACT INFORM~ATION: The work anticipated will involve design, drafting, planning, studies and site investigation associated with this type of project. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The intent of this announcement is to gather responses from firms interested in performing this type of work primarily for the Fort Worth District. No known requirement, design directive or funds currently exist for these projects. When a project of this type is identified, the government will select a firm from this list. This list of firms will be used for this type of project through 30 June 1997. The estimated maximum amount per contract is $1,500,000.00. No firm may receive more than one contract from this announcement. If a large business firm is selected for a contract under this announcement and the contract amount exceeds $500,000.00 it must comply with the FAR clause 52.219-9 requirement for a SB/SDB subcontracting plan. The Fort Worth District goal on work to be subcontracted is that a minimum of 52.5% of the contractor's total intended subcontract amount be placed with Small Businesses (SB). The goal further states that of the 52.5%, 8.8% will be placed with Small Disadvantaged Businesses (SDB), 5.5% with Historical Black Colleges or Minority Institutions, 3.0% with Women Owned Small Businesses (WOB) and the remaining 35.2% will be placed with Small Businesses (SB) for a total of 52.5%. The plan is not required as part of this submittal. Projects outside the Fort Worth District's primary area of responsibility may be added at the Government's discretion upon agreement of the selected firm. Pursuant to the Federal Information Resources Management Regulation (FIRMR), Section 201-39.5202-3, this acquisition is not being conducted under the FIRMR; however, and modifications requiring Federal Information Processing (FIP) resources will be conducted under specific agency delegation of GSA's exclusive procurement authority for FIP resources. The specific GSA DPA case number is KAA-95-AD-012. 2. PROJECT INFORMATION: Projects could consist of complete design of a new barracks/ dormitory complex, a site-adapt using standard designs, or a rehab/modernization of existing facilities. Projects could include a multi-story housing facility complete with day rooms, recreation areas, dining facilities, site improvements including landscaping, parking areas and sidewalks. These projects could also require design for utility requirements and removal/disposal of asbestos/lead-based paint materials. Projects may be required to be designed using the metric system. Services during a project's construction phase, such as shop drawing review or construction surveillance may also be required. 3. SELECTION CRITERIA: See CBD Note No. 24 (Monday edition) for general description of the selection process. Selection criteria in descending order of importance are: (a) Specialized experience and technical competence in the following: (1) Recent experience in the design of new barracks/ dormitory type facilities as described above. (2) Recent experience in Design of Rehabilitation/ Alteration of barracks/dormitory type facilities as described above. (3) Life safety design and functional relationships for this type project. (4) Adapting standard design packages to specific sites. (5) Developing and presenting improvements or innovations to existing standards. (b) Professional Qualifications: (1) Expertise in the disciplines of Architecture and Civil, Electrical, Mechanical and Structural Engineering. Resumes for a minimum of three Architects and two each of the other major disciplines must be submitted. The proposed personnel can be either in-house or by consultants. (2) Personnel experienced in Construction Cost Estimating, Interior Design, Landscape Architecture, Life Safety/Fire Protection Design, and Handicapped Accessibility Design. (c) The team presented must be capable of designing a project with an estimated construction cost of $5,000,000.00 within a 6 month period. (d) Demonstrated past performance with respect to cost control, quality of work and compliance with performance schedules. (e) Preparation of construction cost estimates and specifications using IBM compatible equipment. MCACES software will be provided. Preparation of designs using Auto-CADD or Intergraph compatible equipment. (f) Extent of participation of SB, SDB, WOB, historically black colleges and universities and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (g) Amount of DOD awards for the last 12 months as described in Note No. 24. 4. SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general submission requirements. To be considered interested firms must provide one submittal package, including an original SF 254 and SF 255, no later than 4:30 p.m. on the 30th day after the date of this announcement. The 11/92 version of the forms must be used. If the 30th day is a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. If this due date conflicts with the above listed date, the latest of these dates will be the due date. (b) Responding firms must submit a current and accurate SF 254 for themselves and each proposed consultant. It must be provided for the specific office proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm is a Large, Small, Small and Disadvantaged or Woman-Owned Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $2.5 million. SIC codes 8711 and 8712 apply. (c) Submit only one SF 255, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. (d) Include CBD announcement number in Block NO. 2b of the SF 255. (e) In Block No. 4 insert only the number of personnel proposed for the project (not necessarily your total capacity). Consultants as (A), and in-house personnel as (B). (f) In Block No. 6 of the SF 255, identify the discipline/ service to be supplied by each consultant. (g) Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work and the project assignment they will perform in Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to identify all the major discipline and key team members. Selection will be based on the total team members presented in your SF 255, primarily Block No. 7. (h) In Block No. 10 of your SF 255 include a draft design quality control (DQC) plan. It should include a brief presentation of your internal controls and procedures that you use to ensure that a quality design is produced. (i) Solicitation packages are not provided for A-E contracts. This is not a request for proposal.(0123)

Loren Data Corp. http://www.ld.com (SYN# 0025 19960503\C-0007.SOL)


C - Architect and Engineering Services - Construction Index Page