|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 27,1996 PSA#1625U.S. Army Corps of Engineers, Philadelphia Wanamaker Building, Room
643, 100 Penn Square East, Philadelphia, Pennsylvania 19107 C -- FIXED PRICE CONTRACT FOR VISITING OFFICER'S QUARTERS AT DOVER AIR
FORCE BASE, DOVER, DELAWARE Contact Robert M. Bencal, 215-656-6606.
CONTACT INFORMATION: The Philadelphia District Corps of Engineers
intends to award a lump sum fixed-price contract to prepare contract
drawings, specifications, design analysis, and cost estimates for the
proposed Visiting Officer's Quarters to be constructed at Dover Air
Force Base, DE. This will be a 6,000 square meter facility containing
living area, registration desk with reception and housekeeping, laundry
rooms, maintenance utility related spaces and site work. Included in
the project design is the demolition of two facilities, including
asbestos removal and disposal. Construction value of the project is
estimated to be over $10,000,000 to $250,000,000. In addition, the
total Federal Information Processing (FIP) work allowed under this
contract, is $100,000, pursuant to Delegation of Procurement (DPA)
authority CENAP-96-130. 2. PROJECT INFORMATION: Some features of this
design include but are not limited to: a three story steel frame
structure with reinforced concrete foundation and floor slabs, masonry
walls and finish system, sloped standing seam metal roof, elevator,
sprinkler system, security, mechanical equipment and controls,
including some EMCS considerations, electrical work including
communications. The design will include but not be limited to all
subsurface and environmental related investigations, testing, analysis
and improvements, and interior design. Completed documents shall
include detailed construction plans, specifications, design analysis,
Federal Information Processing (FIP) analysis, estimate of construction
costs, critical path methods (CPM), related administration data,
tabulations of required facilities, drawings and related study reports.
The basic contract shall be for concept design with options for final
design, architectural rendering, and model. The design firm will be
responsible for providing site investigations, testing and analysis,
reports and preliminary and final design in accordance with
Philadelphia District, DOD and appropriate state and local
environmental regulations and requirements. The primary areas of work
are architectural, civil/structural, mechanical and electrical. The
firm shall demonstrate a current working knowledge of and experience
with the applicable codes and regulations and regulations for the
primary areas of work with in-house staff. Other general disciplines of
work which may be required to complete the design or relate to the
primary areas of work to include but are not limited to: landscaping,
surveying, geotechnical, fire protection, control and environmental
work (including soil sampling and disposal of soil by the construction
contractor). The contract will require the use of the Automated Review
Management System (ARMS), Micro-Computer-Aided Cost Estimating
(MCACES-GOLD) and SPECSINTACT. Design shall be stated in ``hard
metric'' utilizing the International System of Units (SI). The firm
selected must have (a) capability to prepare drawings on AUTOCADD
Release 13; (b) capability to perform design analysis, and life cycle
cost analysis; (c) capability to perform geotechnical analysis and
design analysis; (d) experience with environmental permitting
requirements for the state of Delaware. 3. SELECTION CRITERIA: The
selection factors for the above work in relative descending order
include: (1) specialized experience in the primary work required; (2)
general experience in the related work; (3) professional experience and
qualifications of the staff available for the project; (4) capacity and
facilities of the firm to complete the work in a timely manner; (5)
past performance with government contracts; (6) location of the firm in
the general geographic area of the project will be a secondary
selection criteria element provided a sufficient number of qualified
A/E firms respond to this announcement; (7) 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; (8) demonstrated success in prescribing the use
of recovered materials and achieving waste reduction and energy
efficiency in facility design. 4. SUBMISSION REQUIREMENTS: As a part of
this submittal, it is required that all responding firms clearly
present billing amounts for all Corps of Engineers work as well as all
other Department of Defense work for the 12 months preceding this
announcement. As a requirement for negotiations, the selected
contractor will submit for government approval a quality control plan
which will be enforced through the life of the contract. The District
reserves the right to terminate negotiations in which the contractor's
response to requests for proposals or information has not been
provided in accordance with the established schedules. Firms which
desire consideration and meet the requirements described in this
announcement are invited to submit one copy of the SF 254 and SF 255
(version dated 11-92) for the prime firm and a SF 254 for each
consultant, to the above address not later than the close of business
on the 30th day after the date of this announcement. If the 30th day is
a Saturday, Sunday or Federal holiday, the deadline is the close of
business of the next business day. Include ACASS number in Block 3b. of
the SF 255. Call the ACASS Center at 503-326-3459 for information on
obtaining an ACASS number. All responders are advised that this
requirement may be canceled or revised at any time during the
solicitation, selection, evaluation and/or final award process. This is
not a request for proposals. No other notification to firms for this
project will be made. (173) Loren Data Corp. http://www.ld.com (SYN# 0015 19960626\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|