Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 24,1996 PSA#1643

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

C -- DESIGN OF DENTAL CLINIC REPLACEMENT/AEROMEDICAL ADD/ALTER, GRAND FORKS AFB, NORTH DAKOTA SOL DACA45-96-R-0044 POC For further information, Contact Tawni Stenberg at: (402)221-4500. CONTRACT INFORMATION: Types of services required will include: site investigations, planning, survey and geotech report (option), engineering studies, concept design, final design (option), construction phase services (option). Construction Phase services may include preparation of operation and maintenance manuals and shop drawing approval. This announcement is open to all businesses regardless of size. A Firm Fixed Price Contract will be negotiated for these services. The contract is anticipated to be awarded in October 1996. The Omaha District may establish a design partnership for this project. Prior to negotiation, the A-E will attend a one-day partnering meeting at the Omaha District offices to define Omaha District expectations of the A-E, create a positive working atmosphere, encourage open communication and identify common goals. Greater emphasis will also be placed on the A-E's quality control procedures for this project. The District's reviews will not be intended to replace the A-E's quality review. The A-E selected for this project must submit for approval a project-specific design quality control plan as a condition of contract award. This plan is not required with this submittal. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 53% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and Women Owned Business (WOB), 9% be placed with SDB and 3% be placed with WOB. PROJECT INFORMATION: This project consists of the design of a new dental clinic of about 1,000 gross square meters (GSM), an aeromedical clinic addition/alteration of about 2,000 GSM. The dental facility will include: 12 dental treatment rooms (DTRs) laboratory, ceramics, radiology and support areas. The clinic will include flight medicine, physical exam, optometry, environmental engineering, and public health. Supporting facilities include water, sewer, natural gas, HVAC, electric service, security lighting, parking, storm drainage, communication and information systems, and general site improvements. Project will be designed in accordance with MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and Construction Criteria, Uniform Federal Accessibility Standards (UFAS), and Americans with Disabilities Act Accessibility Guidelines (ADAAG). The design will be prepared in the metric system of measurement, however, metric system experience is not a selection criterion and is not required for selection. Construction cost estimates will be prepared using Corps of Engineers Micro-Computer Aided Cost Estimating System (M-CACES) GOLD version or similar system (M-CACES software will be provided). Design drawings will be prepared in a format fully compatible with Intergraph Unix System 5 Microstation 32 (version 5.0 or later, Intergraph MS-DOS Microstation PC (version 5.0 or later). Specifications will produced in SPECNET. Responses to design review comments will be provided on Corps of Engineers Automated Review Management System (ARMS). Work may include asbestos and lead based paint abatement. The estimated construction cost is between $5,000,000 and $10,000,000. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub- criterion). Criteria ''a'' through ''e'' are primary. Criteria ''f'' through ''g'' are secondary and will only be used as tie-breakers between technically equal firms. (a) Recent specialized experience and technical competence of the firm (including consultants) in: (1) Design of medical and dental facilities (2) Life safety and fire protection design of medical and dental facilities. (3) Knowledge of the locality of the project including geologic features, climate conditions, and local construction methods. (4) Use of automated design systems described above (M-CACES, CADD, SPECNET and ARMS) (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: project management, medical/dental facility planning, architecture, mechanical, electrical, fire protection, structural, civil, and communication engineering, cost estimating, certified industrial hygiene, medical equipment planning, interior design, and operation and maintenance systems. Registered professionals are required in the following disciplines: architecture, mechanical, electrical, fire protection, structural, and civil engineering. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. (c) Experience in producing quality designs and effective coordination and management of the project team, (including consultants) based on evaluation of the firm's Design Management Plan (DMP) (See Submission Requirements for description of DMP). (d) Past performance as described in Note 24. (e) Capacity to complete the concept design (35 percent) by Aug 97 and the final design by Aug 98. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. (f) 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. (g) Volume of DoD contract awards in the last 12 months as described in Note 24. SUBMISSION REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration must submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 3b of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. In block 7 of SF 255 list specific project experience for key team members, indicate the team members role on each listed project (project manager, architect, design engineer, etc.), and identify where the team member is located if different from SF 255, block 3b. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used, an organizational chart showing the inter-relationship of management and various team components (including subcontractors), cost control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. (c) The names and telephone numbers of clients as references on three most recent, nonmilitary medical facility designs. Shortlisted firms may be requested to submit up to 5 additional copies. Personal visits for this solicitation to the Omaha District offices or the project site will not be scheduled. Administrative and procedural questions shall be directed to John M. Miller at (402) 221-4176. (0204)

Loren Data Corp. http://www.ld.com (SYN# 0025 19960723\C-0003.SOL)


C - Architect and Engineering Services - Construction Index Page