Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 22,1996 PSA#1727

U.S. Army Engineer District, Savannah, 100 W. Oglethorpe Avenue, Savannah, GA 31402

C -- DESIGN OF COMPOSITE MEDICAL FACILITY ALTERATION/DENTAL CLINIC ADDITION, MOODY AFB, GA POC Pete Oddi (Project Manager) 912/652-5332. C-DESIGN OF Composite Medical Facility Alteration/Dental Clinic Addition, Moody AFB, GA 1. CONTRACT INFORMATION: A-E services are required for: site investigation, planning, survey and geotech report (option), engineering studies, concept design, final design (option), and construction phase services (option) for the subject project. Construction phase services may include site visits, preparation of operation and maintenance manuals, and shop drawing approval. This announcement is open to all businesses, regardless of size. A firm-fixed-price contract will be negotiated. The contract is anticipated to be awarded in February 1997. If selected, the large business offeror will be required to submit a small/small disadvantaged and women-owned subcontracting plan in accordance with FAR 52.219.9 and DFARS 219.704/705 as a part of the Request for Proposal package. The following subcontracting goals are the minimum acceptable goals to be included in the subcontracting plan: OF THE SUBCONTRACTED WORK, 60% TO SMALL BUSINESS, 10% TO SMALL DISADVANTAGED BUSINESS (A COMPOSITE OF SMALL BUSINESS), 5% TO WOMEN-OWNED BUSINESS (A COMPOSITE OF SMALL BUSINESS). Large business firms that intend to do any subcontracting must convey their intent to meet the minimum subcontracting goals on the SF 255, Block 6. Written justification must be provided if the minimum goals cannot be provided. For additional information concerning SUBCONTRACTING PLAN requirements, please contact Ms. Leila Hollis, Contract Specialist, at 912/652-5105. The plan is not required with this submittal. 2. PROJECT INFORMATION: This project will design an addition of approximately 630 gross square meters (gsm) and an alteration of approximately 6172 gsm. This project will construct new medical clinic addition to provide office and exam space, alter existing clinic space to correct patient flow, provide treatment space and exam space, and construct addition to the dental clinic to add dental treatment rooms, instrument processing, supply, and locker space. Supporting facilities include water, sewer, natural gas, HVAC, electric service, security lighting, parking, storm drainage, communication and information systems, and general site improvements. Project will be designed in accordance with MIL-HDBK-1191, DoD Medical and Dental Treatment Facilities Design and Construction Criteria, Uniform Federal Accessibility Standards (UFAS), and Americans with Disabilities Act Accessibility guidelines (ADAAG). The design will be prepared in the metric system of measurement. Construction cost estimates will be prepared on IBM-compatible personal computers using Corps of Engineers' Computer Aided Cost Estimating System (M-CACES) (software provided by Government) or similar software. Design drawings will be produced in a format fully compatible with Microstation 32 Version 4.0.3 or higher. The specifications will be produced in SPECSINTACT using Corps of Engineers Military Construction Guide Specifications. The responses to design review comments will be provided on Corps of Engineers Automated Review Management System (ARMS). Work may include asbestos and lead based paint abatement. The estimated construction cost of this project is more than ten million dollars. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria ''a'' through ''e'' are primary. Criteria ''f'' through ''g'' are secondary and will only be used as tie-breakers between technically equal firms. a. Specialized experience and technical competence of the firm and consultants in: (1) Design of additions and alterations to outpatient medical and dental facilities, (2) Life safety and fire protection design of medical facilities, (3) Knowledge of the locality of the project including geologic features, climatic conditions, and local construction methods, (4) Use of automated design systems described above (M-CACES GOLD, CADD, SPECSINTACT, and ARMS). b. Qualified professional personnel in the following key disciplines: project management, medical and dental facility planner, architecture, mechanical, electrical, fire protection, structural, civil, and communication engineering, cost estimating, certified industrial hygienist, medical equipment planning, interior design, operation and maintenance systems. Registered professionals are required in the following disciplines: architecture, mechanical, electrical, fire protection, structural, and civil engineering. The evaluation will consider education, training, registration, overall and relevant experience, and longevity with the firm. c. 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, 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 Aug 97 and the final design by Aug 98. 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. Firms are to disregard the ''to be utilized'' statement in block 4 of SF 255 and show the total number of personnel available in each discipline listed in item b. above. f. 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. g. Volume of DoD contract awards in the last 12 months as described in Note 24. 4. SUBMISSION REQUIREMENTS: See Note 24 for general submission requirements. Interested firms having the capabilities to perform this work must submit two copies of SF 255 (11/92 edition) and two copies of SF 254 (11/92 edition) for the prime and for each consultant to the above address ATTENTION: CESAS-EN-EA not later than close of business on the 30th day after the date of this announcement. If the 30th day is a Saturday, Sunday, or federal holiday, the deadline is the close of business of the next business day. In SF 255, block 3b, provide the firm's ACASS number. In 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 member is located if different from SF 255, block 3b. In SF 255, block 10, provide the DQMP and the names and telephones numbers of clients as references on three most recent, non-military, medical facility designs. A project specific design quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. Short listed firms may be requested to submit up to 5 additional copies. Solicitation packages are not provided. This is not a request for a proposal. (0325)

Loren Data Corp. http://www.ld.com (SYN# 0017 19961121\C-0008.SOL)


C - Architect and Engineering Services - Construction Index Page