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