Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 19,1996 PSA#1683

U. S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT, 215 NORTH 17th STREET OMAHA, NE 68102-4978

C -- DESIGN IMPROVE FAMILY HOUSING PHASE 4 & 5, MINOT AFB, NORTH DAKOTA SOL DACA45-96-R-0052 POC For Further information, contact Jeffery A. Skog at (402) 221-4546. CONTRACT INFORMATION: Types of services required will include site investigations, preliminary design, final design, construction phase services (option). A Firm Fixed Price Contract will be negotiated for these services. Estimated completion date is June 1997 with anticipated start date of January 1997. The Omaha District may establish a design partnership for this project. Prior to negotiation, the A-E will attend a one-day partnering meeting at the Omaha District offices to define Omaha District expectations of the A-E, create a positive working atmosphere, encourage open communication and identify common goals. Greater emphasis will also be placed on the A-E's quality control procedures for this project. The Districts reviews will not be intended to replace the A-Es quality review. The A-E selected for this project must submit for approval a project-specific design quality control plan as a condition of contract award. This plan is not required with this submittal. If a large business is selected for this project, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on that part of the work it intends to contract. This plan is not required with this submittal. The subcontracting goals for this contract are that a minimum of 52.5% of the contractor's intended subcontract amount be placed with small businesses (SB), including small disadvantaged businesses (SDB) and Women Owned Business (WOB), and 8.8% be placed with SDB and 3% be placed with WOB. PROJECT INFORMATION: Project consists of improving 92 housing units (Phase 4) and improving 114 housing units (Phase 5). Final design will be based on a concept design provided by the government. The work will include redesigning floor plans, renovating kitchen and baths, replacing interior lights and wiring, providing air conditioning, improving interior and exterior finishes, increasing storage, and designing a 300 SF addition. Project also includes landscaping, playgrounds and recreation areas, repairing pavements, replacing privacy fencing, and asbestos, lead paint and radon abatement design. Use of the metric system of measurement may be required for some deliverables under the proposed contract, however, metric system experience is not a selection criterion and is not required for selection. The estimated construction cost is over $20,000,000 for the combined projects. SELECTION CRITERIA: See Note 24 for general selection process. Criteria for selection, in order of importance, are: a. Recent specialized experience and technical competence of the firm (including consultants) in: (1) Design of addition and alteration work for military family housing projects. (2) Design of addition and alteration work for other government (non-military) housing projects. (3) Asbestos/lead paint/radon abatement design. (4) Producing quality designs as evidenced by the firm's quality control procedures. The A-E must be able to provide designs that meet guidance and criteria without detailed review by the District. (5) Effective coordination and management of the project team, including consultants. (6) Construction cost estimating and preparation of estimates on IBM compatible personal computers using Corps of Engineers Micro- Computer Aided Cost Estimating System (M-CACES) GOLD version or similar system (M-CACES software will be provided). (7) Producing Computer Aided Drafting and Design (CADD) drawings fully compatible with AUTOCAD version 13. (b) Professional qualifications and specialized experience in providing services similar to those listed above of the proposed team members (including consultants) in the following disciplines: Architecture, Interior Design, Surveying, asbestos, lead paint and radon remediation design and Structural, Mechanical, Electrical, Civil, Environmental, and Geotechnical engineering. (c) Capacity to perform the work in the required time. (d) Past performance as described in Note 24. (e) Location in the general geographic area of the project and knowledge of the locality of the project. (f) Extent of participation of SB, SDB, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the estimated effort. (g) Volume of DOD contract awards in the last 12 months as described in Note 24. SUBMITTAL REQUIREMENTS: Solicitation packages are not provided for A-E contracts. This is not a request for proposal. Firms desiring consideration shall submit two copies of a combined SF 255 and separate SFs 254 for prime and each consultant. To be considered, submittals must be addressed as follows: U.S. Army Corps of Engineers, Omaha District, CEMRO-ED-C, ATTN: John M. Miller, 215 N. 17th Street, Omaha, NE 68102-4978. Submittals must be received no later than close of business on the 30th day after the date of publication of this announcement. If the 30th day is a Saturday or Sunday or a federal holiday, the deadline will be the close of business on the next business day. In block 10 of the SF 255, provide the following: (a) Design Management Plan (DMP). The DMP should be brief and include an explanation of the firm's management approach, management of subcontractors (if applicable), specific quality control procedures used and an organizational chart showing the inter-relationship of management and various team components (including subcontractors). (b) The firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. In block 3 of SF 255 provide the submitting firm's number (six or seven digits) assigned by the North Pacific Division, U.S. Army Corps of Engineers, for the Architect-Engineer Contract Administration Support System (ACASS) and the firm number for any consultants in block 6 of the SF 255. If unknown, so state. To receive information to obtain an ACASS number, call (503) 326-3459. Personal visits for this solicitation to the Omaha District offices or the project site will not be scheduled. Administrative and procedural questions shall be directed to John M. Miller at (402) 221-4176. See Numbered Note(s): 24. (0261)

Loren Data Corp. http://www.ld.com (SYN# 0013 19960918\C-0002.SOL)


C - Architect and Engineering Services - Construction Index Page