Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23,1996 PSA#1665

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 -- POTENTIAL FIXED PRICE CONTRACTS FOR A-E SERVICES IN DESIGN OF MILITARY FAMILY HOUSING PROJECTS IN THE FORT WORTH DISTRICT AREA OF RESPONSIBILITY, PRIMARILY LA, NM, AND TX SOL DACA63-96-R-0028 DUE 092796 POC Contact: Jerrell Freeman, (817) 978-2262 (Site Code DACA63) 1. CONTRACT INFORMATION: The work may involve Design, Drafting, Planning, Studies and Site Investigation associated with this type of project. All work must be done by or under the direct supervision of licensed professional Engineers or Architects. The intent of this announcement is to gather responses from firms interested in performing this type of work for the Fort Worth District. This list of firms will be used for this type of project through September 1997. Qualified firms will be selected with no firm receiving more than one award from this announcement. The estimated maximum price per contract is $3,000,000.00. If a large business firm is selected for a contract under this announcement and the amount exceeds $500,000.00 it must comply with the FAR clause 52.219-9 requirement for SB/SDB subcontracting plan. The Fort Worth District goal is that 52.5% of the intended subcontracted amount be placed as follows: 8.8% be placed with Small Disadvantaged Business (SDB); 3% with Women Owned Business (WOB); 5.5% with Historically Black College & Universities or Minority Institutions (HBCU/MI) and the remaining 35.2% with Small Businesses (SB). The plan is not required as part of this submittal. 2. PROJECT INFORMATION: Contracts awarded under this announcement may be for complete or partial design or planning for new housing or interior or exterior modifications or additions to existing military family housing quarters. In addition to housing units, projects may include landscaping, turfing and supporting infrastructure such as streets, utilities, recreational facilities or other neighborhood features. Projects include energy conservation features. In lieu of full design, projects may require preparation of design-build solicitations and other support to the government related to design-build procurement such as review of bidders technical data and preparation of review comments. Projects may include site investigation, testing, and production of plans and specifications for demolition and disposal of asbestos, lead based paint, or other hazardous materials. Services may also include development of NPDES pollution prevention plans. Design may require the use of the metric system. Services during a projects construction phase may also be required. 3. SELECTION CRITERIA: See CBD note No. 24 (Monday edition) for general description of selection process. Selection criteria are as follows: (a) Specialized Experience and Technical Competence: The selected firm must demonstrate expertise in the design of military family housing. It must have designed at least one similar project within the past five years. The team proposed must have: Experience in adapting standard designs to a specific site; have recent experience in complying with NPDES for at least one of the three states listed; current knowledge of fire protection codes including MIL-HDBK-1008B; current knowledge of standards and constraints in design of Military Family Housing projects; design for remediation and removal of asbestos and lead-based materials including use of XRF lead paint analyzer and design for handicapped access. (b) Professional Qualifications: This type of project will require expertise in the disciplines of architecture, electrical, mechanical, civil and structural engineering, cost estimating, interior design, landscape architecture, fire protection and environmental considerations. List the qualifications of any laboratory you intend to utilize. Provide as a minimum the resumes for two architects, two civil engineers, two structural engineers, two mechanical engineers, two electrical engineers and one resume for each of the remaining disciplines listed above. (c) Firms must show adequate team capacity to design a project with construction cost of $5,000,000.00 within a six month period. (d) Demonstrated past performance with respect to cost control, quality of work, and compliance with performance schedules. (e) Preparation of specifications, construction cost estimates on IBM compatible equipment. Use of M-CACES software. Auto CADD and Intergraph compatible CADD system. 4. SUBMITTAL REQUIREMENTS: (a) See Note No. 24 for general submission requirements. To be considered interested firms must provide one submittal package including an original SF 254 and SF 255 no later than 4:30 p.m. on the date listed above. The 11/92 version of the forms must be used. (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, Small, Small and Disadvantaged or Woman-Owned Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years, must not exceed $2.5 million. Standard Industrial Classification (SIC) Code for this acquisition is 8711. (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. 6 of the SF 255, identify the discipline/ service to be supplied by each consultant. (f) Provide brief resumes of the on-staff or consultant employees you intend to use to perform the work in the anticipated design time and the project assignment they will perform in Block No. 7 of your SF 255. Block No. 7 may be repeated as needed to identify all the major discipline and key team members. Selection will be based on the total team members presented in your SF 255, primarily Block No. 7. (h) In Block No. 10 of your SF 255 include a draft design quality control plan. It should include a brief presentation of the internal controls and procedures that you use to ensure that a quality design is produced. Limit Block No. 10 to no more than ten pages. (i) Solicitation packages are not provided for A-E contracts. This is not a request for proposal (see Note No. 24). (0234)

Loren Data Corp. http://www.ld.com (SYN# 0014 19960822\C-0005.SOL)


C - Architect and Engineering Services - Construction Index Page