Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF july 5,1996 PSA#1630

USAED, Kansas City, 757 Federal Building, 601 E 12th Street, Kansas City MO 64106-2896

C -- DESIGN OF REVITALIZATION-COLYER MANOR FAMILY HOUSING UNITS FORT RILEY, KANSAS SOL DACA41-96-R-0039. Due 080596. POC Contract Specialist Georgann Butler (816) 426-5542 (Site Code DACW41). CONTRACT INFORMATION: A design contract with an option for final design for the referenced project. The estimated contract amount is not expected to exceed $600,000.00. Architect-Engineer services are required for the final design of revitalization of Colyer Manor Family Housing (120 two and three bedroom housing units) at Fort Riley, Kansas. The design will include the utilization and incorporation of the concept design (35%) prepared by another engineering firm. Design of this project will include the incorporation and verifying all surveys, studies, and site investigations (including selective demolition) and the preparation of technical specifications, design analysis, construction drawings and detailed construction cost estimate to support this project. PROJECT INFORMATION: This project consists of the revitalization and repair of 120 two and three bedroom Family housing units (40 senior NCO's and 80 junior NCO's) at Fort Riley, Kansas. This is required to enhance livability and to extend to useful life of these units in excess of 40 years old. The family housing units were built in 1950 of wood frame construction with brick veneer and is necessary to provide the occupants with repaired quarters meeting present day housing criteria. These buildings had a major renovation in 1961 and had new HVAC systems in 1985. The AE will also be responsible for reviewing the government requirements stated in the original request for proposal for the project to compare them to the constructed facilities. The revitalization will include the modernization of kitchens including the installation of dishwashers and disposal. Modernizing bathrooms includes replacement of fixtures, adding vanities and cabinets and adding half baths to the 80 junior NCO units. Additional items to be repaired include, cabinets over the washer and dryer, additional outlets and ground fault interrupters (GFCI) for kitchens and bathrooms, new light fixture and meter drops. The mechanical upgrades include replacing plastic pipe with copper water lines. Life safety issues including fire protection, asbestos abatement and lead paint abatement and eight of the senior NCO units will be made handicap accessible will be covered by the design. Exterior repairs include misc site grading and landscaping, trash enclosures, stoops, patios and privacy fencing, exterior entrances and additional off-street parking. The units are currently occupied and the AE will be responsible for coordinating access and schedule requirements with the occupants. The contract will include options for and engineering and design and checking of shop drawings during construction. The estimated construction cost is between five and ten million dollars. SELECTION CRITERIA: Items e thru g will be considered as a tie-breaker. a. Professional capabilities. (1) Responding firms shall demonstrate capability in these primary disciplines: architectural (kitchen and bath design specialist), certified industrial hygienist, mechanical, electrical and civil. (2) Professional registration of lead designers. b. Specialized experience and technical competence. In block 8, cite whether the experience is that of the prime (or joint venture), consultant or an individual. Work cited that is experience of the prime (or joint venture) from an office other than that identified in Block 4 shall be so labeled. Specific specialized experience for this project is as follows: (1) Experience in the design of projects similar to the above description. (2) Design of repairs and upgrades to family housing. (3) Knowledge of and experience with family housing design criteria. (4) Experience investigation and abatement of asbestos and lead base paint (This experience may be listed a supplement to the 10 projects allowed in block 8). (5) Specific knowledge of local conditions and project site features. (6) Quality management procedures. Include a proposed organizational chart and a narrative description of how the quality management procedures will function in Block 10 of SF 255. (A detailed quality control plan will be submitted by the AE as part of the negotiations process.) (7) Experience in preparing drawings fully compatible with Intergraph's Microstation version 5.0 or higher. (Cite in Block 10 of SF 255.) c. Capacity to initiate design and complete within the time parameters of the project. d. Past performance on DOD and other contracts with respect to cost control quality of work, and compliance with performance schedules. e. Location of firm in general geographical area of the project. f. Extent of participation. Large businesses will be expected to place subcontracts to the maximum practical extent with Small and Small Disadvantaged firms in accordance with Public Law 95-507. This plan is not required with the submittal, but changes to the design team may require reconsideration by the Selection Board and must be approved prior to award to any large business. Of the subcontract amount, goals assigned to the KCD are 60.3% for small business, 9.8% for small disadvantaged business and 3.0% for women-owned small business concerns. Small Disadvantaged Business Goals of less than 5% must be approved two levels above the Contracting Officer, pursuant to DOD FAR Supplement 219.705-4. For informational purposes, the small business size for this solicitation is one where the average annual receipts of the concern and its affiliates for the preceding three (3) fiscal years does not exceed $2.5 million, the SIC Code is 8712. g. Volume of DOD contracts awarded in the last 12 months to the prime AE firm. In block 10 of the SF 255, responding, responding firms should cite all contracts numbers, award dates and total negotiated fees for any DOD contract awarded within the last 12 months to the office expected to perform this work. Please indicate all delivery orders awarded your firm by DOD agencies within the last 12 months under an indefinite delivery type contract, regardless of the award date of the contract itself. Indicate date of delivery orders and fee for each. Modifications to contracts or delivery orders which were awarded prior to the last 12 months need not be listed. 5. SUBMITTAL REQUIREMENTS. Interested firms having the capabilities to perform this work must submit an SF 255 to the address listed below no later than close of business 1 August 1996 (4:00 PM Kansas City time). Each firm/consultant listed within the SF 255 must have a current SF 254 on file with the Corps of Engineers, or one must be submitted with this package. Solicitation packages are not provided. This is not a request for proposal. Submit responses to U.S. Army Corps of Engineers, Kansas City ATTN: CEMRK-CT-M/Murray, 757 Federal Building, 601 E. 12th Street, Kansas City, Missouri 64106-2896. Technical questions may be addressed to David Werner at 816-426-2597. Contractual questions may be addressed to Georgann Butler at 816-426-5343. (183)

Loren Data Corp. http://www.ld.com (SYN# 0021 19960703\C-0006.SOL)


C - Architect and Engineering Services - Construction Index Page