Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 5,1996 PSA#1673

US 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