|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1996 PSA#167930 CONS/LGCCB, Bldg 7015, Section 2A, 806 13th Street, Suite 2,
Vandenberg AFB CA 93437-5226 C -- ARCHITECT-ENGINEERING SERVICES FOR DESIGN, PLANNING AND STUDIES
OF MILITARY FAMILY HOUSING (MFH), VANDENBERG AFB, CA SOL
F04684-97-R0001. Due 101696. Point of Contact: Mr James Willingham,
HQAFCEE/CMH, Brooks AFB TX, telephone, (210) 536-3783, Cora L.
Armstrong, Contract Specialist, Vandenberg AFB, CA, (805) 734-8232, ext
6-8376, Chuck Painter, Contracting Officer, Vandenberg AFB CA (805)
734-8232, ext 6-5002. C ENGINEERING AND ARCHITECTURAL DESIGN PROJECT.
Headquarters Air Force Center for Environmental Excellence (HQAFCEE),
Brooks AFB, San Antonio TX is seeking qualified firms to provide
Architect-Engineer (A-E) services under a firm-fixed price contract
involving design, planning and studies for Military Family Housing
(MFH). The project requires preparation of construction drawings and
supporting documents for a contract to demolish and replace 108 MFH
Capehart units at Vandenberg AFB, CA. The project also includes site
preparation, landscaping, provision for pedestrian, bike and
recreational areas. The construction cost is estimated between $15
million and $20 million. This is one phase of a multi-phase program. An
additional phase of 110 units is an option to this contract with an
estimated construction cost between $15 million and $20 million. It is
the government's intention to award one design contract, however, the
government retains the option to award two design contracts, each
phase being a separate contract. Various other Title I and Title II
activities supporting this effort are also options to this contract.
The results of this effort shall be electronically generated by the A-E
using AutoCAD, Version 12 and the base's AutoCAD standard. The firm
must be capable of providing and managing a team of individuals from
within the firm or from subcontracts with consultants. The anticipated
work may include; but not be limited to the following: (A) Planning
services: Site, topographic, utility, infrastructure; traffic and
facility planning studies and analysis; feasibility and economic
studies required for various project alternatives; (B) Title 1
Services: Topographic surveys, geotechnical analysis, and reports,
investigation of existing building conditions, environmental surveys
and studies, hazardous material (asbestos, lead based paint,
underground fuel storage tank removal and remediation, etc) surveys and
studies, on-site data gathering and designs (Charrettes), residential
energy analysis as required by 10 CFR part 435, schematic design,
design development, value engineering, cost estimating, preparation of
specification and construction contract documents; (C) Title II
Services: Construction observation and inspections, review of
submittals, site visits, home office support of on-site inspectors,
consultation services during construction, review of contractor
preparation of operations and maintenance manuals, and preparation of
as-built drawings. Cost estimating services shall include conceptual,
parametric and detailed quantity take-off estimates. In addition to the
firm's in-house capabilities and estimating methods or systems, firms
must demonstrate working knowledge of the Air Force Parametric Cost
Estimating System (PACES) and the US Army Micrcomputer Aided Cost
Engineering System (M-CACES). The selected A-E firm is expected to work
closely with Government personnel and project managers, MFH occupants,
and local community officials. Selection of firm for negotiation shall
be through an order of preference based on demonstrated competence and
qualifications necessary for the satisfactory performance of the type
of professional services required. Significant evaluation factors
include: (1) Recent specialized experience and performance, in housing
design and construction and housing area development, by the firm(s)
including preparation of construction documents and Title II services;
(2) Recent specialized experience, in housing design and construction
and housing area development, by the professionally registered
personnel who will perform the actual project work. This is to include
consultants; (3) Capacity of the firm to perform the work in the
required time; (4) Past performance history on both DOD and other
contracts in terms of quality of work, cost control and compliance with
performance schedules; (5) Geographic proximity to Vandenberg AFB CA
provided there is an adequate number of qualified firms therein for
consideration; (6) Volume of work previously awarded to the firm by the
DOD in the last 12 months with the objective of effecting an equitable
distribution of DOD A-E contracts among qualified firms; and (7)
Demonstrated success in prescribing the use of recovered materials and
achieving waste reduction and energy efficiency in facility design.
Final selection shall be made by using telephone interviews. Firms that
meet the requirements described in this announcement are invited to
submit a letter of interest and complete Standard Forms 254/255 to
represent the team. The following page limits apply to the Standard
Form 255 submittal: Block 7: limit to eight (8) pages including any
consultants. Resumes should address key personnel directly responsible
and accountable to this project; Block 8: limit to five (5) pages;
Block 10: limit to six (6) pages. Responses should address only
specific items/facilities requested in this announcement. Extraneous
information will not be reviewed. Electronic facsimile and electronic
media submittals will not be accepted. Responses must be received
before 4:00 PM CDT 30 calendar days from date of publication (first
workday following a weekend or Federal Holiday) to be considered for
selection. SUBMITTALS SHOULD BE SENT TO HQAFCEE/CMH, ATTN: MS VERA
NAVARIA, 8004 ARNOLD DRIVE, BROOKS AFB, TX 78235-5361. This is not an
Request for Proposal. See Notes 24 & 25. (253) Loren Data Corp. http://www.ld.com (SYN# 0007 19960912\C-0001.SOL)
C - Architect and Engineering Services - Construction Index Page
|
|