Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 4,1996 PSA#1694

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

C -- DESIGN OF ADDITIONS AND ALTERATIONS TO THE FITNESS CENTER, USAF ACADEMY, COLORADO SOL DACA45-97-R-0005 POC For further information, Contact John J. Stobbe at: (402) 221-3986. CONTRACT INFORMATION: Types of services required will include site investigations, studies, reports, concept design, final design, and construction phase services (option). A Fixed Price Contract will be negotiated for these services. Estimated completion date is October 1997 with anticipated start date of February 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 be placed on the A-E's quality control procedures for this project. The District will not be intended to replace the A-E's 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 53% of the contractor's intended subcontract amount be placed with small businesses (SB), 9% with small disadvantaged businesses (SDB) and 5% with women-owned small businesses (WOSB). PROJECT INFORMATION: Project consists of providing final design documents based on a previously completed project definition (10%) design for additions and alterations to the Fitness Center at the USAF Academy, CO. The design consists of a 2050 SM (22,000 SF) two story addition (with partial basement) onto the existing Fitness Center which will house a new 25 M swimming pool, pool lockers, aerobics room, restrooms, office space, training room, common lockers, and mechanical space. The renovation to the existing 3750 SM (40,000 SF) two story (with partial basement) facility consists of reconfiguring the existing space to create a more functional layout including a new gym floor (over existing abandoned pool area), entrance & control area, new elevator, weight and multipurpose room, locker space, saunas, massage room, and aerobic machine room. Design also includes replacement/repair of existing heating, ventilation, air conditioning, EMCS, electrical, communications, and fire detection systems as well as site utilities, landscaping, site work, demolition, and asbestos/lead paint removal. 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 between $1,000,000 and $5,000,000. 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 fitness center facilities similar to that described above in Project Information. (2) Design of facilities in the International Style of Architecture to conform with the existing facilities at the U.S.A.F. Academy. (3) 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. (4) Effective coordination and management of the project team, including consultants. (5) Producing award winning designs. (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 Version 12 AutoCAD drawing format. The capability to convert AutoCAD drawings to Intergraph Unix System 5 Microstation 32 (version 5.0 or later or Intergraph MS-DOS Microstation PC (version 5.0 or later) is also required. (8) Compliance with EPA, OSHA, and applicable state regulations relating to asbestos and lead based paint sampling, testing, and removal. b. Knowledge of the locality of the project, including familiarity and experience with the USAF Academy Architecture and Design Criteria. c. 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, site planning, asbestos and lead paint remediation specialists, swimming pool design specialist and structural, mechanical, electrical, civil, sanitary and cost engineering. d. Location in the general geographic area of the project. e. Capacity to perform the work in the required time. f. Past performance as described in Note 24. g. 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. h. 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. c. A list of architectural design awards received by the firm in the past five years. 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. (0276)

Loren Data Corp. http://www.ld.com (SYN# 0008 19961003\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page