Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 21,1996 PSA#1663

US ARMY CORPS OF ENGINEERS FT WORTH DIST, 819 TAYLOR STREET, ROOM 6A18, P O BOX 17300 ATTN CESWF-ED-MC, FORT WORTH TX 76102-0300

C -- FIRM FIXED PRICE CONTRACT FOR PREPARATION OF REQUIEST FOR PROPOSAL FOR DESIGN/BUILD OF A NATIONAL RANGE CONTROL CENTER, PHASE I, AT WHITE SANDS MISSILE RANGE, NEW MEXICO SOL DACA63-96-R-0052 DUE 092396 POC Contact: Sharon McLellan, (817) 978-3939 (Site Code DACA63) 1. CONTRACT INFORMATION: The work for Phase I will consist of preparing a Request For Proposal (RFP) for design/build of a 108,900 SF National Range Control Center. Work consisting of preparing either an RFP (Design/Build); or an Invitation for Bids (IFB) (Design/Bid/Build) for Phase II (Administration Facility); Phase III (Renovation of existing facilities); and Phase IV (Demolition of 38 existing buildings) may be added at a later date. Phases III and IV will include environmental surveys and abatement design. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The work under this contract is anticipated to begin in October 1996 and executed within FY 97. Estimated A-E Design Fee for Phase I, preparation of the RFP, will be between $100,000.00 and $500,000.00. The total estimated A-E Design Fee for Phases I, II, III and IV may be between $1,000,000.00 and $3,000,000.00. If a large business firm is selected for this announcement it must comply with the FAR 52.219-9 clause regarding the requirement for a subcontracting plan. The Fort Worth District goal on work to be subcontracted is that a minimum of 52.50% of the Contractor's total intended subcontract amount be placed as follows: 8.8% be placed with Small Disadvantaged Businesses (SDB); 5.5% be placed with Historically Black Colleges/Minority Institutions (HBCU/MI); 3% be placed with Woman Owned Small Businesses (WOSB); and the remaining 35.2% be placed with Small Businesses (SB) for a total of 52.5%. The plan is not required as part of this submittal. Pursuant to the Federal Information Resources Management Regulation (FIRMR), Section 201-39.5202-3, this acquisition is not to be conducted under the FIRMR; however, any modifications requiring Federal Information Processing (FIP) resources will be conducted under specific agency delegation of GSA's exclusive procurement authority for FIP resources. The specific GSA DPA case number is KAA-95-AD-012. The proposed services will be obtained by Negotiated Fixed Price Contract. 2. PROJECT INFORMATION: The work will consist of preparing a RFP for design/build of a National Range Control Center (NRCC). Primary features, for Phase I, will include the following minimum requirements: A center for telemetry data; real-time data processing center; communications security (COMSEC) area with a class ''A'' crypto vault; video relay center; drone formation control center; a drone target control system; the airspace display and control center; an operations control center; a test scheduling center; and a range safety center. Additional requirements include an electronics maintenance support shop; a components storage room; an observation area; a loading dock and a covered entry with lobby; outside instrumentation van area; and a customer coordination area. The design may include, but is not limited to the following: (a) Controlled environment and raised floors for automated data processing (ADP) throughout. (b) Uninterruptable power supply and emergency generator for critical loads. (c) Provisions for an intrusion detection system (IDS). (d) Passenger elevator and freight elevator with roof access. (e) Fire alarms and suppression systems, per latest ADA requirements, to include life safety. The FDS must be compatible with WSMR, NM existing systems. (f) Provisions for rooftop antennas. (g) Supporting facilities and requirements include the following: Utilities; dual feed with backup transformer electric service; paving, walks, curbs and gutters; access roads and parking areas; storm drainage; information systems and site improvements. Heating will be gas-fired hot water and air conditioning by central units. (h) Design will comply with handicapped access requirements. (i) Services during the construction phase may be required. Work for Phase II may include preparation of RFP (Design/Build) or IFB (design/bid/build) documents for an approximately 88,786 SF Administration Facility. Work for Phase III may include renovation of a 79,375 SF administration building to include design for remediation of asbestos and lead based paint. Work for Phase IV may include the demolition of 38 buildings totaling 112,379 SF. 3. SELECTION CRITERIA: See CBD Note 24 (Monday issue) for general description of selection process. Selection criteria in descending order of importance are as follows: (a) Professional Capabilities: This type of Firm Fixed Price Contract will require, (either in-house or through consultant) as a minimum, the following: Three Architects, two Civil Engineers, two Structural Engineers, two Mechanical Engineers, two Electrical Engineers, one Landscape Architect, one Value Engineer, one Security Specialist, one Fire Protection/Life Safety Specialist, one Information Systems Specialist, one Space Utilization Expert, one Air Flow Specialist, one Contractor Quality Control Specialist, two Environmental Engineers and one Certified Industrial Hygienist. Identify the design project managers and other personnel required to complete the project. (b) Specialized Experience and Technical Competence: (1) The selected team must demonstrate extensive experience in the preparation of Request For Proposal documents. (2) Demonstrate experience in design of space utilization, i.e.; classified observation areas separate from non-classified observation areas. The firm must show the capability to design facilities which can be utilized concurrently for classified and non-classified activities. (3) Firms must show the capability and capacity to design multiple buildings involving intrusion detection, emergency generator unit(s), uninterruptable power supply unit(s), elevators, utilities; electric service; paving, walks, curbs and gutters, access roads and parking areas, storm drainage, site improvements, gas-fired hot water heating, and installation of air conditioning units. (4) Show experience in designs utilizing ADA handicapped access requirements. (5) Firms must have at least two year's experience in Fire Protection/Life Safety Design and be familiar with the use and application of NFPA codes 80 and 101 and MIL-HDBK-1008B. (c) Demonstrate past performance with respect to cost control, quality of work, and compliance with performance schedules. (d) Geographical Location: Firms must show familiarity with similar geographical conditions. (e) Specifications and cost estimates prepared on IBM compatible equipment. Construction cost estimates prepared using the Governments PC based computer Aided Cost Estimating System (M-CACES) (Software will be provided). Computer Media will be either Auto CADD, Micro Station or Intergraph as designated by the Statement of Work. Global Information Systems (GIS) capability may be required. (f) In Block No. 10 of the SF 255, show last 12 month's DOD awards (g) The Request For Proposal must be submitted in a word processing software compatible with Wordperfect 6.0 or higher on a 3 inch write protected micro diskette. (h) Extent of participation of Small Business (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Historically Black Colleges/Minority Institutions (HBCU/MI)in the proposed contract team, measured as a percentage of the estimated effort. (i) Firms must show the capability to provide Quality Control during the Design and Construction Phases. 4. SUBMITTAL REQUIREMENT: (a) See Note No. 24 for general submission requirements. Interested firms must, to be considered, provide one submittal package including an original SF 254 and SF 255 no later than 4:30 p.m. on the 30th day after the published date of this announcement, or by the date noted above, whichever is later. The 11/92 version of the forms must be used. If the due date is a Saturday, Sunday or Federal Holiday, the deadline is 4:30 p.m. of the next business day. (b) Responding firms must submit a current and accurate SF 254 for themselves and each proposed consultant. It must be provided for the specific office proposed to do the work. Indicate in Block No. 4 of SF 254 if your firm is a Large Business (LB), SB, SDB or WOSB. To be classified as a small business under SIC Code 8711 which governs this announcement, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $2.5 million. (c) Submit only one SF 255, completed in accordance with the instructions. It must contain information in sufficient detail to identify the team (prime and consultants) proposed for the contract. (d) Include CBD announcement number in Block No. 2b of the SF 255. (e) In Block No. 4 of the SF 255, insert the number of personnel proposed for the contract (not necessarily total capacity), Consultants as (A) and in-house as (B). (f) In Block No. 6 of the SF 255, identify the discipline/ service to be supplied by each consultant. Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work in the anticipated time and the type of projects they will perform in Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to identify all the major disciplines and key team members. Selection will be based on the total team members presented in your SF 255, primarily in Block No. 4. Resumes must be submitted for all personnel listed in Block No. 4 to meet the minimums stated in 3a. (g) In Block No 10 of the SF 255, include a draft Quality Control (DQC) Plan. It should include a brief presentation of internal controls and procedures that you use to ensure that a quality product is produced. (h) Block No. 10 will be limited to fifteen pages maximum. (i) Personal visits to discuss this project will not be scheduled. (j) Solicitation packages are not provided for A-E contracts. This is not a request for proposal (see Note No. 24). (0232)

Loren Data Corp. http://www.ld.com (SYN# 0016 19960820\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page