Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 23,1996 PSA#1706

USAED, SACRAMENTO, ATTN: A-E NEGOTIATIONS SECTION, 1325 J STREET ROOM 1079, SACRAMENTO CA 95814-2922

C -- DESIGN OF WESTERN RANGE OPERATIONS CONTROL CENTER, VANDENBERG AFB, CA. SOL DACA05-97-R-0002 DUE 112596 POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit (916)557-7470. Contracting Officer Judith Grant. (Site Code DACA05) 1. CONTRACT INFORMATION: A-E services are required for preparation of preliminary and final design documents for the Western Range Operations Control Center (WROCC) at Vandenberg Air Force Base, California. Design services will include calculations, narratives, technical drawings and specifications, cost estimates, comprehensive interior designs, construction phase requirements, implementation of environmental mitigation requirements, asbestos/lead paint investigation, and value engineering study. Design will be prepared in the metric system of measurement. The contractor shall be responsible for design and drawings using computer- aided design and drafting (CADD) and delivering the three-dimensional drawings in Autodesk AutoCAD CADD software, release 12, MS-DOS, version 6.2 using Windows 3.1, electronic digital format. The Government will only accept the final product for full operation, without conversion or reformatting, in the Autodesk AutoCAD release 12 format, and on the target platform specified herein. The target platform is a 486 DX, with DOS version 6.2 operating system with Windows 3.1. Drawings produced by scanning drawings of record or containing photographic images shall be delivered in a raster format compatible with the target platform AutoCAD electronic digital format. Drawing files shall also be delivered in Computer-aided Acquisition and Logistic Support (CALS) electronic digital format. The specifications will be produced either in SPECS INTACT with Standard Generalized Markup Language (SGML) or other word processing program compatible with WordPerfect 6.1 using the Corps of Engineers Military Construction Guide Specifications. Specification files shall also be delivered in PostScript electronic digital format. Responding firms must show computer and modem capability for accessing the Criteria Bulletin Board System (CBBS) and the Automated Review Management System (ARMS). The estimate will be prepared using Corps of Engineer s Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. This announcement is open to all businesses regardless of size. All interested Architect-Engineers are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. If a large business is selected, it must comply with FAR 52-219.9 regarding the requirement for a subcontracting plan on that part of the work it plans to subcontract. The following subcontracting goals are the minimal acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 55.0% to small business, 8.5% to small disadvantaged business (subset of small business), and 3.0% to woman-owned small businesses (subset of small business). The firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. If the selected firms submit a plan with lesser goals, it must submit written rationale of why the above goals were not met. A detailed plan is not required to be submitted with the SF 255; however, the plans to do so should be specified in Block 10 of the SF 255. This work will include all architectural- engineering (A-E) and related services necessary to complete the design, and for A-E services during the construction phase. 2. PROJECT INFORMATION: This project will consist of an approximately 10,900 sq m (117,000 sq ft) multi-story Operations Control Center at Vandenberg Air Force Base, California. The project development document (conceptual design) for this project is complete. The project will be configured as a consolidated nerve center for DoD and commercial spacelift, test evaluation and space surveillance. The design will incorporate systems that will accommodate the use of state-of-the-art Government communications equipment that will allow control, monitoring, coordination, and management of Range instrumentations, command and control, data processing and display features. The project will include computer areas, vaults, special communication system (TEMPEST), security intrusion control, uninterrupted power source (UPS), HVAC, fire detection and suppression, utilities, parking, and all other building and site suport systems as required for a missile launch operations control center. The design must reflect features to permit concurrent operation with the existing operation control center. Work may also include asbestos and lead based paint abatement. The estimated construction cost of this project is greater than 10 million dollars. 3. SELECTION CRITERIA: See Note 24 for general selection process. The firm and staff must be able to obtain or have a secret security clearance and so indicate on the SF 255 or transmittal letter. The selection criteria are listed below in descending order of importance. Criteria a through d are primary. Criteria e through g are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1) Design of launch operations and control center and familiarity with state of the art range equipment; (2) Design in a high seismic area such as Santa Barbara County in Southern California; (3) Experience producing quality 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, coordination of in house disciplines and subcontractors, and prior experience of the prime firm and any significant consultants on similar projects. b. Past performance on DOD and other contracts with respect to cost control, quality of work and compliance with performance schedules. c. Qualified professional personnel in the following key disciplines: project management; registered professionals in the following disciplines - architecture, mechanical, electrical, fire protection, structural, civil, geotechnical, and communication engineering; cost estimating; certified industrial hygienist; interior design; and instrumentation and computer equipment. The evaluation will consider education, training, registration, overall relevant experience and longevity with the firm. d. Knowledge of the locality of the project site including geological features, climatic conditions, and local laws and regulations. e. Capacity to complete the design by September 1997, assuming contract award in January 1997. 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. Volume of DoD contract awards in the last 12 months as described below. g. Location of the firm in the general geographical area of the Sacramento District s area of responsibility. h. Extent of participation of small business, small disadvantaged business, woman owned small business, historically black colleges and universities or minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested Architect-Engineer firms having the capabilities to perform this work are invited to submit ONE (1) completed SF 255 (11/92 edition) US Government Architect-Engineer and Related Services Questionnaire for Specific Project for themselves and ONE (1) completed of SF 254 (11/92 edition) for themselves and one for each of their subcontractors to the office shown above, ATTN: A-E Negotiations Unit. Provide an organization chart just prior to Block 7. In block 7 of the SF 255 provide resumes for all key team members, whether with the prime firm or a subcontractor; list specific project experience for key team members; and indicate the team members role on each listed project (project manager, architect, design engineer, etc.) In block 9 of the SF 255, responding firms must indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. In block 10 of the SF 255, provide the design quality management plan. A task specific quality control plan must be prepared and approved by the government as a condition of contract award, but is not required with this submission. Responses received by the close of business (4:30 pm) on the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal Holiday, the deadline is the close of business on the next business day. No other notification will be made and no further action is required. Solicitation packages are not provided for A-E contracts. This is not a request for proposals. All responsible sources may submit the required SF 255 and SF 254 which shall be considered by the agency. See Numbered Notes 24 and 26. (0295)

Loren Data Corp. http://www.ld.com (SYN# 0010 19961022\C-0001.SOL)


C - Architect and Engineering Services - Construction Index Page