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