Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 17,1996 PSA#1597

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

C -- POTENTIAL A/E SERVICES FOR DESIGN OF WAREHOUSE/STORAGE FACILITIES PRIMARILY WITHIN THE LOUISVILLE DISTRICT BOUNDARIES OF KY, IL, IN, TN, OH, MI SOL W22W9K-6109-6094 POC Contract Specialist Jan Lambert (502) 582-6179 (Site Code DACA27) GENERAL CONTRACT INFORMATION: a) Nature of work: A/E services are expected to be required for such activities as site investigation, preparation of plans, specifications, construction cost estimates, technical studies, hazardous material surveys and analysis and abatement methodology in the support of design and/or renovation of warehouse/storage facilities at various military installations. These activities could include complete building design; seismic design and/upgrades; security systems; exterior and interior lighting; mechanical and electrical systems to include HVAC systems and energy monitoring control systems; design of fire alarm and protection systems; flammable/inflammable and hazardous materials storage areas; high density storage systems; bridge crane systems; automated material handling systems; site surveying; road design; general site grading and drainage; utility analysis and design to include electrical distribution, mechanical, storm and sanitary systems; corrosion protection systems; asbestos, lead paint, radon, PCB investigations and abatement. The requirements could also include construction management services, e.g. construction supervision, preparation of record drawings, or the checking of shop and working drawings, etc. The A/E contracts will be awarded between June 1996 and May 1997 with this being the only announcement for the design of Warehouse/Storage Facilities within the Louisville District during the next 12 months. No projects of this type are currently authorized nor are funds presently available for design. The Government's obligation hereunder is contingent upon the availability of appropriated funds from which payment for the contract purposes can be made. No legal liability on the part of the Government for payment of any money shall arise unless and until funds are made available to the contracting officer for this procurement and notice of such availability to be confirmed in writing by the contracting officer is given to the contractor. The purpose of this announcement is to obtain a list of most highly qualified firms interested in performing this type of work with the list being maintained for a period of twelve (12) months from the date of this advertisement. An A/E selected for a project under this solicitation will be required to submit a project-specific design quality control plan for approval as a condition of contract award although this plan is not required with this initial submittal. 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 identified for hazardous material testing as needed. It is our intent to enter into a Partnering Agreement on all projects 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. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract estimated to exceed $500,000, the firm shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contracts. The current subcontracting goals are 52.5% to Small Business, 8.8% to Small Disadvantaged Business and 3.0% to Women-Owned Small Business. These percentages are applied to the total amount of subcontracted dollars. b) Contract Award Procedure: A list of at least three most highly qualified and technically equal firms will be selected using the primary criteria listed below. The firms will be ranked for order of negotiation using the primary criteria listed below. The firms will be ranked for orderof negotiation using the secondary criteria listed below. When a directive for the first project of this type is received, negotiations shall begin with the top ranked firm. When a directive is received for a subsequent project, or if negotiations with a firm for a project are unsuccessful, negotiations shall begin with the next ranked firm that has not been offered a contract for negotiation. If the list of ranked firms is exhausted, the negotiation cycle shall begin again with the top ranked firm. This announcement is open to all businesses regardless of size. If a large business is selected to negotiate a contract estimated to exceed $500,000, the firm shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507 prior to award of the contracts. The current subcontracting goals are 52..5% to Small Business, 8.8% to Small Disadvantaged Business and 3.0% to Women-Owned Small Business. These percentages are applied to the total amount of subcontracted dollars. b) Contract Award Procedure: At least three most highly qualified firms will be selected for future project consideration based on the factors (a) through (h) below in descending order of importance, (a) through (d) being primary and (e) through (h) secondary. When a project of this type is authorized, an A/E will be selected from this list for negotiations of a separate Firm Fixed Price Contract considering the factors (b) through (h) in descending order of importance in relation to the specific project requirements. A firm receiving a contract in this manner will not be given consideration again within this time frame until all firms on the list have been offered contracts. 2. SELECTION CRITERIA: See Note 24 for general selection process information. The selection criteria are as follows and must be documented in the SF255: 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 industrial hygiene and hazardous material inspection and abatement methods are necessary. 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 warehouse/storage design or renovation as evidenced by the resumes of the personnel for this project must be provided. 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) Superior performance evaluations on recently completed DOD contracts. f) Geographical location and knowledge of the locality of the project. 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. 3. SUBMITTAL REQUIREMENTS: See Note 24 for general submission requirements. Firms whichare interested and meet the requirements described in this announcement are invited to submit one completed SF255 (Revision 11-92), U.S. Government A/E and Related Services for Specific Projects to the office shown above. SF255 (Revision 10-83) is obsolete and only the 11-92 edition of SF255 will be accepted. All responses on SF255 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 Saturaday, Sunday or a U.S. Government holiday, the deadline is the close of business on the next Government 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 SF255. c) Responding firms must submit a current and accurate SF354 for each proposed consultant. Additionally, all responding firms which do not have a current (within the last 12 months) SF254 on file with the North Pacific Division, Corps of Engineers, must also furnish a completed SF254. If a SF254 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 SF255. Definition: A concern is small if the annual receipts average of the last 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(0136)

Loren Data Corp. http://www.ld.com (SYN# 0015 19960516\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page