Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 10,1996 PSA#1633

U.S. Army Engineer District, Alaska, ATTN: CENPA-EN (Wohlbach), P.O. Box 898, Anchorage, AK 99506-0898 (Physical Address: Bluff & Plum Streets, Building 21-700 (Wohlbach/Rm 250), Elmendorf AFB, AK 99506-0898)

C -- POTENTIAL ARCHITECT-ENGINEER SERVICES CONTRACT FOR ADMINSTRATIVE AND SIMILAR BUILDINGS, VARIOUS LOCATIONS, ALASKA SOL DACA85-96-R-0028 POC Administrative Inquiries: Ms. June Wohlbach, 907/753-5624 or Technical Inquiries: Mr. Randy Jacobs, 907/753-5639, Contracting Officer: Ms. Gail West 1. CONTRACT INFORMATION: The purpose of this solicitation is to gather submittals from firms interested in the type of work and services related to various types of administrative, headquarters, and office-type buildings. We anticipate selectingat least three AEs for upcoming projects. These are in support of the Alaska District's assigned military design project in various fiscal years. This will be the only announcement for the next 12 months from the date the selection is approved unlessa project is identified during that time which has significantly different features than described below. The estimated construction cost may range from $1,000,000 to greater than $10,000,000. No firm may receive more than one contract from thisannouncement. This announcement is open to all businesses regardless of size. If a large business is selected for a contract which exceeds $500,000, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part ofthe work it intends to subcontract. The subcontracting goals for this contract are a minimum of 52.5% of the contractor's intended subcontract amount be placed with small businesses 8.8% of that to small, disadvantaged businesses and 3.0% towoman-owned businesses. The subcontracting plan is not required with this submittal. All responders are advised that this project may be canceled or revised at any time during the solicitation, selection, evaluation, negotiation and final award. 2.PROJECT INFORMATION: The types of projects will consist of the design of vertical construction on military installations primarily in Alaska. The designs will include administrative, headquarters, and office-type buildings to accommodate professionaland technical activities as well as organizational maintenance facilities and operational types of activities and equipment or a combination of administrative and maintenance areas. Firms must be able to accept project related work that requirescomprehensive asbestos-lead surveys and provides a design that will support the removal, demolition, and disposal of these and other hazardous materials in accordance with applicable laws and regulations. Some projects may require metric design. Theselected AEs will be required to provide drawings on mylar as well as electronic data (Autocad V13) and use MCACES-Gold (estimating system). The MCACES-Gold program shall be furnished by the Government. LOCATION: Various Locations, Alaska. 3.SELECTION CRITERIA: The following selection criteria headings are listed in descending order of importance: (A) professional personnel in the following disciplines: (weighted equally) (1) minimum in-house requirements may be civil, architecture,structural, mechanical, and electrical engineers. If disciplines are not available in-house, the prime AE must demonstrate the ability to manage subcontractors in other disciplines via a project management plan specific to communication of informationand data; (2) disciplines which may be subcontracted: cost estimating, hazardous materials, fire protection, and corrosion control (must be NACE certified). Responding firms MUST address each discipline, clearly indicate which shall be subcontracted,and provide a separate SF254 and SF255 for each subcontractor necessary. The contractor shall employ, for the purpose of performing that portion of the contract work in the State of Alaska, individuals who are residents of the State, and who, in thecase of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (B) specialized experience and technical competence in: (1) design of medium to large administrative or office complexes and/ormaintenance facilities; (C) past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules; (D) capacity to maintain schedules; (E) location of the firm in general geographical area of theprojects and knowledge of locality; (F) volume of DOD contract awards in the last 12 months as described in Note 24; and (G) extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposedcontract team, measured as a percentage of the estimated effort. 4. SUBMISSION REQUIREMENTS: Firms must submit an SF 254 and SF 255 (1 copy only) and should include: (1) organization of proposed project team, (2) responsibilities and authority ofkey project personnel, (3) relationship of project team to overall organization of the firm, (4) a quality control plan, and (5) in block 8c of the SF 255 include a POC and phone number. The 11/92 edition of the forms MUST be used, and may be obtainedfrom the Government Printing Office, by calling the administrative contact named above, or from commercial software suppliers for use with personal computers and laser printers. Submittals must be received at the address indicated above not later thanCOB (4:00 pm Alaska time) on the 30th day from 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. Any submittals received after this date cannot beconsidered. No additional information shall be provided, and no faxed submittals shall be accepted. Solicitation packages are not provided.(0190)

Loren Data Corp. http://www.ld.com (SYN# 0019 19960709\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page