|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1996 PSA#1673US ARMY ENGINEERING & SUPPORT CENTER, ATTN CEHNC-PM-AE, 4820 UNIVERSITY
SQUARE, HUNTSVILLE AL 35816 C -- A-E SERVICES IN SUPPORT OF MINOR MILITARY CONSTRUCTION PROGRAMS
FOR MEDICAL AND NON-MEDICAL FACILITIES AT MILITARY INSTALLATIONS
WORLDWIDE SOL w31ryo-6214-0413 POC Contract Specialist, Lisa Parker
205-895-1387 or J. N Etheridge, III Contracting Officer (Site Code
DACA87) Architect-Engineer services are required for the development of
design tools and criteria, planning, site investigations, engineering
studies, concept designs, final designs, and construction phase
services associated with minor military construction program for
medical and non-medical facilities at various military installations
worldwide. Criteria and design tools effort may include such work as an
update of the military medical design standards or equipment planning
system. Studies may include such work as facility planning, economic
analyses, surveying existing medical facilities for architectural,
structural, utility systems, life safety and fire safety code
deficiencies, and preparation of functional and technical concept of
operation manuals for new or upgraded facilities. Concept design
includes preparation of detailed design documentation as the basis for
final design. Final design includes development of the construction
contract documents, including plans, specifications, drawings,
estimates, and other design documentation. Design effort may include
facility upgrades, repairs, and modernizations to meet current missions
requirements for criteria such as Army Medical Design Standards,
Uniform Federal Accessibility Standards (UFAS), National Fire
Protection Association (NFPA), building codes, and Joint Commission on
the Accreditation of Healthcare Organizations (JCAHO) requirements.
Construction phase services may include supervision and inspection of
construction, review of shop drawings, construction schedules and
sequencing, design changes to incorporate existing site conditions,
preparation of operation and maintenance manuals, and engineering and
design during construction. This will be a one year indefinite
delivery/indefinite quantity contract with $1,000,000 maximum per task
order and $1,000,000 cumulative maximum for the contract with options
for a second and third year with the same limits for the option years.
It is estimated that this contract will begin in December 1996. The
Government's minimum obligation under the contract is $20,000. If the
option years are exercised, the Government's minimum obligation is
$10,000 for each option year that is exercised. This announcement is
open to all businesses regardless of size. If a large business is
selected for this contract, it must comply with FAR 52.219-9 regarding
the requirement for a subcontracting plan on that part of the work it
intends to subcontract. See Note 24 for information on the general A-E
selection process. The selection criteria are listed below in
descending order of importance (first by major criterion and then by
each sub-criterion). Criteria 1 through 4 are primary. Criteria 5 is
not applicable. Criteria 6 is secondary and will only be used as a
tie-breaker among technically equal firms. (1) SPECIAL-IZED EXPERIENCE
AND TECHNICAL COMPETENCE in TYPE OF WORK REQUIRED: SUBFACTORS: (a)
Surveying medical facilities for NFPA, JCAHO, and other code
deficiencies and repair requirements and preparation of deficiency
reports; (b) Design of medical facility upgrades, repairs and
modernizations to meet current criteria and standards such as building
codes, seismic standards, UFAS, NFPA, and JCAHO; (c) Phasing
construction in operating medical facilities to minimize disruptions to
ongoing medical operations; (d) Medical equipment planning and use of
MIL-STD-1691 (Construction and Material Schedule for Military Medical
and Dental Facilities); (e) Construction cost estimating and
preparation of estimates on IBM-compatible personal computers using
Corps of Engineers' Computer Aided Cost Estimating System (M-CACES)
(software provided) or similar software; (f) Producing CADD drawings in
a format fully compatible with AUTOCAD Release 12 or higher; (g)
Producing quality designs. 2. PROFESSIONAL QUALIFICATIONS NECESSARY for
SATISFACTORY PER-FORMANCE OF REQUIRED SERVICES: SUBFACTORS: (a)
Multi-disciplinary team, including professionals registered in the
engineering disciplines of architecture, civil, structural, mechanical,
fire protection, and electrical; (b) A certified industrial hygienist
with asbestos and lead abatement experience; (c) Qualified personnel in
the areas of project management, medical planning, communications and
control systems design, acoustics, interior design, medical equipment
and casework planning, transportation and material handling systems,
seismic, medical facility waste management, security, food service
systems, and construction phasing; (d) Proposed design management plan
and organization chart for the design team (management plan will
briefly address design team organization, quality assurance, cost
control, value engineering, and coordination of the in-house work with
consultants/subcontractors). 3. CAPACITY TO ACCOMPLISH THE WORK IN THE
REQUIRED TIME: SUBFACTOR: Interested firms must demonstrate that they
have in-house capacity, or adequate resources in-house supplemented by
subcontract or joint venture forces, to prepare designs for up to
three projects simultaneously within one year if the project
construction averages $300,000 or less. Subcontractor/consultant
experience/credentials will be input to and evaluated as part of
submissions only if they are identified and the submission includes a
commitment from each subcontractor/consultant to undertake performance
under any resultant contract. 4. PAST PERFORMANCE ON CONTRACTS WITH
GOVERNMENT AGENCIES and PRIVATE INDUSTRY IN TERMS OF COST CONTROL,
QUALITY of WORK, AND COMPLIANCE WITH PERFORMANCE SCHEDULES: SUBFACTOR:
The proposed contract type is firm fixed-price indefinite
delivery/indefinite quantity delivery order. Demonstrated ability to
provide quality products, stay within fixed costs, and maintain
performance schedules is important. Firms with unsatisfactory or
marginally satisfactory past performance evaluations (poor or below
average) will not receive consideration for award of this contract. 5.
LOCATION IN THE GENERAL GEOGRAPHIC AREA OF THE PROJECT AND KNOWLEDGE
of THE LOCALITY OF THE PROJECT, PROVIDED THAT APPLICATION OF the
CRITERION LEAVES AN APPROPRIATE NUMBER OF QUALIFIED FIRMS, GIVEN the
NATURE AND SIZE OF THE PROJECT: Not applicable to this contract. 6.
VOLUME of WORK AWARDED BY DOD DURING THE PREVIOUS 12 MONTHS:
SUBFACTORS: Equitable distribution of work among A-E firms, including
small and disadvantaged business firms and firms that have had prior
DOD contracts, will be a consideration of the Selection Board. This
contract is not a set-aside under either of these criteria; however,
responding large business firms are urged to consider seriously the
award of subcontracts to small disadvantaged and other small business
firms. In determining the value of DOD awards over the past 12 months,
awards to overseas offices for projects outside the United States, its
territories and possessions, to a subsidiary, if the subsidiary is not
normally subject to management decisions, bookkeeping, and
incorporated subsidiary that operates under a firm name different from
the parent company will not be considered. Interested firms are
requested in block 10 of the SF255 the value of all A-E contract awards
to the firm, including modifications, by the Department of Defense
during the previous 12 months as of the date of this announcement.
SUBMISSION REQUIREMENTS: Interested firms having the capabilities to
perform this work must submit one copy of the SF255 for prime and one
copy of the SF254 for prime and for each consultant. SF255 must include
an organization chart for the proposed team, and the names and
telephone numbers of clients as references on five most recent medical
facility upgrade designs. Special instructions on submittal length:
The entire submittal package shall not exceed 130 pages, and blocks 7,
8, and 10 of the Standard Form 255 (SF255) shall not exceed 30, 20,
and 50 pages respectively; and Standard Form 254 (SF254) shall not
exceed 20 pages. Any pages in excess of these limits will not be
evaluated. Submittal must be received at the address indicated above
not later than the close of business 30 calendar days from the
publication date of this announcement with ''day 1'' being the next day
after publication. If the 30th calendar day falls on a weekend or a
holiday, the last day for receipt will be the following business day.
Only one copy of the submittal is required. If sending submittal by
overnight express, the street address and zip code is: U.S. Army
Engineering and Support Center, Huntsville, ATTN: CEHNC-PM-AE (Ms. Lisa
Parker), 4820 University Square, Huntsville, Alabama 35816-1822.
Electronic transmission (i.e., facsimile, e-mail, etc.) of submittal or
amendments to the submittal will not be accepted. See Note 24. Note 24
appears on the back of every Monday issue of this publication. (0247) Loren Data Corp. http://www.ld.com (SYN# 0013 19960904\C-0004.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|