Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 26,1996 PSA#1688

US ARMY ENG TRANSATLANTIC PGM CTR, EUR, CONTRACTING DIVISION, BOX 7, CMR 410, APO AE 09096

C -- A/E DESIGN SERVICES FOR MEDICAL AND LABORATORY FACILITIES SOL DACA90-96-R-0087 DUE 102596 POC Contract Specialist Linda Spadaro 0611-816-2614 Contracting Officer Calvin Taylor 0611-816-2615 (Site Code DACA90) 17. SERVICES REQUIRED: Multi-disciplined A-E services are required for design of new medical and laboratory facilities including alteration, maintenance, repair, rehabilitation of medical and laboratory facility projects including planning, site investigations, studies, preparation of concepts for operation and maintenance manuals, and construction support services of these facilities within Europe, to include Italy, Belgium and the Netherlands. Some work may occur outside Europe. It is anticipated that one or more Indefinite Delivery Type (IDT) contract(s) will be awarded as a result of this announcement. The contract(s) will be valid for one year, and will include an option clause in accordance with the Federal Acquisition Regulation making possible extensions of additional years with the same limits. Work requirements are subject to satisfactory negotiation of individual Task Orders with the total contract not to exceed $1,000,000 for each contract period. If the contract amount for the base period or option periods have been exhausted or nearly exhausted, the next option period may be exercised. Option periods may not exceed one year. The maximum limitation of each individual task order shall be limited to the amount of the contract. Selection of AE firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. PROJECT INFORMATION: Work may include preparation of design criteria documents, studies, concepts designs, final designs, construction phase plans, and review of designs prepared by others. Work may include: preparation of contract documents to include 1391s, cost estimating, medical planning, master planning, strategic planning, facility management systems, on-site support services during construction. Studies may include such work as: surveying existing medical facilities for architectural, structural, utility system, life safety and fire safety code deficiencies; preparation of planning and programing document and economic analysis for additions, alterations, and replacement facility projects; preparation of Statement of Condition surveys for Joint Commission Accreditation Review; and preparation of functional and technical concept of operation manuals. Design efforts may include new facilities and additions, alterations, and upgrades to existing facilities. Construction phase services may include preparation of operation and maintenance documentation and shop drawing approval. Studies and designs will be prepared in the metric system of measurement and be prepared on CAD and electronic format. Cost estimates will be prepared on IBM-compatible computers using Corps of Engineers Computer Aided Cost Estimating System (M-CAES) (software provided by Government) or similar software. Responses to Government review comments may be provided on Corps of Engineers Automated Review Management System (ARMS). SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each subcriterion). Criteria ''a'' through ''e' are primary. Criteria ''f'' through ''g'' are secondary and will only be used as tie-breakers between technically equal firms. A. Specialized experience and technical competence of the firm and consultants in: (1) Design of medical and laboratory facilities, planning and programming. (2) Life safety and fire protection design of medical, dental, veterinary and laboratory facilities. (3) Medical Facilities Maintenance Management Systems. (4) On-site support services during construction (5) JCAHO Statement of Conditions Surveys. (6) Use of automated design systems. B. Qualified professional personnel in the following key disciplines: project management; medical, dental, veterinary and laboratory facility planning; architect; mechanical, electrical, fire protection, structural, civil, and communication data infrastructure engineering; cost estimating; certified industrial hygienist; equipment planning, interior design, materials handling, and medical kitchen design. Registered professionals are required in the following discipline; architecture, mechanical, electrical, fire protection, structural, and civil engineering. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. C. Capability to perform services in Germany. The firm must be familiar with U.S./Germany legal and technical regulations and must have design experience in Germany. D. Experience producing medical and laboratory designs based on an evaluation of a firm's design quality management plan (DQMP). The DQMP should include an organization chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house discipline and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. E. Capacity to perform two simultaneous $500,000 delivery orders in a 180 day period. The evaluation will consider the experience of the firm and any consultants in similar size projects, and the availability of an adequate number of personnel in key disciplines. F. Past performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. G. Volume of DOD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime and for each subcontractor/consultant to the above address not later than close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or Federal holiday, the deadline is the close of business of the next business day. In SF 255, block 3b, provide the firm's ACASS number. In SF255, block 7, list specific project experience for key team members and indicate the team member's role on each listed project (project managers, architect, design engineer, etc.) In SF255, block 10, provide the DQMP and the names and telephone numbers of clients as references on three most recent, nonmilitary, medical facility designs. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Short listed firms may be requested to submit up to 5 additional copies. Solicitation packages are not provided. Please note: Firms sending submittals via air courier service should state the content value to be no cost or zero. If a monetary value is indicated on the package, the package will be delayed due to customs clearance. USAEDE is not responsible for such delays which affect late receipt of submittals. USAEDE telefax no. is 011-49-69-593840. No other general notification to firms in the US will be made. Personal visits to discuss this project will not be scheduled. This announcement has been simultaneously announced in Europe. No further action beyond submission of the SF255 and SF254's is required or encouraged at this time. This is not a request for proposal. No written or telephone requests for a solicitation package will be accepted or responded to. Point of Contact: Mr. Philip A. Bailey, CETAE-PA-A, Phone 011-49-816-2729 or FAX49-611-816-2730****.(0268)

Loren Data Corp. http://www.ld.com (SYN# 0024 19960925\C-0009.SOL)


C - Architect and Engineering Services - Construction Index Page