Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,1996 PSA#1654

FBOP, Construction Contracting Section, 320 First Street, N.W., Washington, D.C.

C -- ARCHITECT/ENGINEER SERVICES FOR THE UNITED STATES PENITENTIARY AND MINIMUM SECURITY SATELLITE CAMP TO BE LOCATED IN CASTLE, CALIFORNIA SOL RFP X00-0283 DUE 091096 POC Paul R. Courtney, Contracting Officer, (202) 307-0954. The Federal Bureau of Prisons (FBOP) seeks to negotiate a firm fixed price contract for Architect-Engineer (A/E) services for federal correctional facilities to be located on portions of the former Castle Air Force Base, in Merced County, California. Required services will be architectural, engineering and related services to include boundary and topographic surveys, soil borings, geotechnical analysis of a site or sites, site planning, the development of design and construction documents for the proposed facilities, construction observation and administration services, including construction testing services, an on-site representative during construction and other related services. (Construction Management support services will be performed under a separate contract.) The proposed project is currently planned to provide a new secure correctional facility and a satellite minimum security camp. These combined facilities will be designed to house over 1,000 inmates and will include approximately 500,000 square feet of building area. Cost of construction of the project is estimated to be over $40,000,000. The A/E contract will include an option to adapt the design of the secure correctional facility for another location in the state of California. Required A/E services are scheduled to begin in November, 1996. Selection of the A/E firm will be based on consideration of the following criteria: FIRM'S CAPACITY AND CAPABILITY (30%): Size and make-up of firm and any consultants, available personnel by discipline, and production and quality control systems and techniques, PROPOSED PROJECT TEAM AND ORGANIZATION (40%): Key personnel proposed by the firm and any consultants - professional qualifications and relevant experience, individually and as a team, and the firm's organization and management plan, EXPERIENCE AND PERFORMANCE (30%): Experience by the firm, proposed key personnel and the project team and any consultants, experience with projects of comparable size and complexity, knowledge of the general project locality, experience and performance demonstrated by description of recent projects by the firm, proposed key personnel and the remaining project team and any consultants, narrative and visual evidence of the firm's ability with respect to functional and aesthetic quality of past project and cost and a schedule controls and the conciseness, clarity and completeness of firm's submittal. Experience with correctional facilities is not mandatory for consideration. Consideration will be limited to firms having an existing, major, active office, which will have responsibility for performing the announced work, located within the state of California. Joint Ventures will be considered only if the principal or lead firm of the joint venture has an existing major active office, which will have responsibility for performing the announced work, located within the state of California. The design of architectural and engineering features of the project shall be accomplished or reviewed and approved by architects and engineers registered to practice in the particular professional field involved in the State of California. Responses shall be made by completion and submittal of Standard Forms, SF 254 and SF 255, and pertinent supplemental data. Completion of the Standard Forms must be in accordance with the instructions for filing which are a part of each form. SF 255's must be current and accurate for the firm or joint venture including all outside key consultants or associates submitting the form and for the specific office identified which will have responsibility for performing the announced work. Data must be concise and address the specific criteria. Submittal shall be limited to a total of forty (40) pages. NOTE: The successful offeror will be required to submit a subcontracting plan for this procurement regarding the utilization of small, small disadvantaged, and small women-owned businesses. The plan will be incorporated into and made a material part of the contract. A minimum of 20% of the A/E firm's total available subcontracting dollars must be performed by small business concerns. The 20% requirement includes the following: (a) a minimum of 10% of the proposed total subcontracting dollars shall be performed by small disadvantaged businesses and/or small women-owned businesses, and (b) a minimum of 5% of the proposed subcontracting dollars shall be performed by small disadvantaged businesses. All small business (regardless of socioeconomic status) must meet the definitions cited in FAR Part 19. Total available subcontracting dollars are defined as work other than that performed by the lead A/E firm's forces. Submittals should be mailed to the Federal Bureau of Prisons, Construction Contract Section - Room 500-6, 320 First Street, NW., Washington, DC 20534, attention Paul Courtney, Contracting Officer, and must be received by 3:00 PM on September 10, 1996. THIS IS NOT A REQUEST FOR PROPOSALS. No collect calls will be accepted. No telephone calls for solicitations will be accepted. (0219)

Loren Data Corp. http://www.ld.com (SYN# 0021 19960807\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page