Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17,1996 PSA#1702

U. S. ARMY CORPS OF ENGINEERS, 600 M.L. KING, JR. PL., RM 821, LOUISVILLE KY 40202-2230

C -- ARCHITECT-ENGINEER SERVICES FOR THE DESIGN OF AN OCCUPATIONAL HEALTH CLINIC AT WRIGHT-PATTERSON AIR FORCE BASE, OHIO SOL w22w9k-6274-6262 POC Contract Specialist B. J. Durrett (502) 582-6796 (Site Code DACA27) CONTRACT INFORMATION: The proposed services will be obtained by a negotiated Firm Fixed Price Contract with expected contract award in February 1997. The estimated construction cost is between $1,000,000 and $5,000,000. Estimated start and completion dates are February 1997 and June 1997 for a concept design (approximate 35% level design) with the option to proceed to a final design around November 1997 with completion in July 1998. This announcement is open to all businesses regardless of size. Before award of this contract, the firm (if not a small business concern) shall be required to present an acceptable Small Business and Small Disadvantaged Business Subcontracting Plan in accordance with Public Law 95-507. To meet the current subcontracting gaols, 52.5% of the total subcontracted dollars must go to small business firms, 8.8% must go to small disadvantaged business firms, and 3.0% must go to woman-owned firms. The plan is not required with this submittal. 2. PROJECT INFORMATION: The project consist of the planning and design of an occupational health clinic of approximately 2400 square meters to house the functions of public health, occupational medicine, and bioenvironmental engineering along with supporting facilities such as water, sanitary and storm sewer, natural gas, electrical utility systems, HVAC, security lighting, parking, storm drainage, communication and information systems, and general site improvements. Additional effort may require site investigations, asbestos and lead abatement, topography surveys, utility surveys, geotechnical investigation, and construction phase services, e.g. site visits, submittal reviews, checking of shop and working drawings, and the preparation of operation and maintenance manuals, etc. The project must be designed in accordance with MIL-HDBK-1191, DOD Medical and Dental Treatment Facilitieis Design and Construction; Uniform Federal Accessibility Standards (UFA); and Americans with Disabilities Act Accessibility Guidelines (ADAAG). Metric design, M-CACES cost estimating (software to be provided), electronically developed specifications in accordance with the Corps of Engineers Military Construction Guide Specifications (CEGS), and electronically developed plans is required (any CADD system may be used but submittals must be in accurately translated Microstation 32 Version 4.0.3 or higher format in conformance with District CADD standards. Responses to design review comments are expected to be provided on Corps of Engineers Automated Review Management System (ARMS). 3. SELECTION CRITERIA: See Note 24 for the general selection process. The selection criteria ate listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria (a) through (e) are primary and (f) through (i) are secondary and will only be used as tie-breakers between technically equal firms: a. Specialized experience and technical competence of the firm andconsultants in: (1) Design of outpatient medical and laboratory facilities. (2) Life safety and fire protection design of medical facilities. (3) Use of automated design systems described above (CADD, M-CASES and ARMS). b. Qualified professional personnel in the following key disciplines: project management, medical facility planning, architecture, mechancial, electrical, fire protection, structural, civil, communication engineering, cost estimating, as well as certified industrial hygienist, interior design, medical equipment planning, and operation and maintenance systems. Firms should indicate two professionals, with at least one of them a registered professional, in the following disciplines: architecture, mechanical, electrical, fire protection, structural and civil. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. Experience producting quality designs based on an evaluation of a firm's design quality management plan (DQMP). The DQMP should include an organizational chart and briefly address management approach, team organization, quality control procedures, cost control, value engineering, coordination of in-house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects, d. Past performance on DOD and other contracts with respect to quality of work, cost control, and compliance with performance schedules. e. Capacity to complete the concept design (35 percent) by June 1997 and the final design by July 1998. 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. Superior performance evaluations on recently completed DOD contracts. g. Geographic proximity and knowledge of the locality. h. Volume of DOD contract awards in the last 12 months as described in Note 24. i. Extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMITTAL REQUIREMENTS: a. See Note 24 for general submission requirements. Firms which are interested and meet the requirements described in this announcement are invited to submit one completed SF255 (Revision 11-92), U.S. Government A/E and Related Services for Specific Projects to the office shown above. SF 255 (Revision 10-83) is obsolete and only the 11-92 edition of the SF 255 will be accepted. All responses on SF255 to this announcement must be received no later than 4:00 pm local time on the 30th calendar day after the date of this publication to be considered for selection. The day following this CBD announcement counts as day number 1. If the 30th day falls on Saturday, Sunday or a U.S. Gov't holiday, the deadline is the close of business on the next Government business day. b. It is requested that interested firms list the fee amount and date of all DOD contracts awarded during the last 12 months to the firm and all subsidiaries in Block 9 of the SF252. c. In the SF 255, Block 7, list specific project experience for key team members, indicate the team members role on each listed project (project manager, architect, design engineer, etc.), and identify where the team emember is located if different from SF255, block 3b. In Block 10, provide the DQMP and the names and telephone numbers of clients as referenced on the three most recent, nonmilitary, medical facility designs. Firms considered as the most qualified may be requested to submit up to five additional copies of their SF255 and SF 254. d. Responding firms must submit a current (within the past 12 months) SF 254 on file with the North Pacific Division, Corps of Engineers, must also furnish 11-92 edition of the form will be accepted. The business size status (large, small and/or minority) should be indicated in Block 3 of the SF 255. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. e. No other informaiton including pamphlets or booklets is requested or required. f. No other general notification to firms under consideration for this project will be made and no further action is required. Solicitation packages are not provided for A/E contracts. Any firm with an electronic mailbox responding to this solicition should identify such address in the SF255. Release of firm status will occur within 10 days after approval of any selection. This is not a request for proposals.(0289)

Loren Data Corp. http://www.ld.com (SYN# 0009 19961016\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page