Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 4,1996 PSA#1734

Centers for Disease Control and Prevention (PGO), 255 East Paces Ferry Road, N.E., Room 419, Atlanta, Georgia 30305

C -- DESIGN OF NEW REPLACEMENT PARKING FACILITY SOL 97-43(N) DUE 010697 POC Laurie Johnson, Contract Specialist, (404) 842-6553 Architect-Engineer services (including pre-design, schematic design, preliminary design, and final design documents) required for a new replacement parking facility for the Centers for Disease Control and Prevention (CDC). The new facility will be multi-level and include spaces for approximately 590 cars at the existing Clifton Road Campus, 1600 Clifton Road, Atlanta, Georgia. Parking facility design will include, but not be limited to site improvements; landscaping; hardscape, traffic planning; parking facility layout; security, control structures and equipment; architectural design and detailing; structural design and detailing; storm drainage and lighting design. The prime A-E firm must have considerable experience in designing parking facilities, including in-depth knowledge of the site infrastructure, landscape, hardscape, traffic planning, parking layout, parking control, security, structural, maintenance, and drainage and lighting elements of parking facility design. The design must be prepared according to the latest standards utilizing state-of-the-art processes and materials. Site work will include parking areas, driveway, public roadway interfaces, campus quadrangle, walkways, and utility extensions. The estimated construction cost is $4,860,000. The project will be designed using SI (System International) metric units of measurement. Final construction documents are required to be produced using AutoCAD Release 12 (or at the government's discretion, a more current release). Required disciplines include architectural, site planning, landscape architecture, electrical, mechanical, structural, civil engineering, cost estimating, value engineering, and parking systems consultant. Categories of evaluation criteria and associated weight factors to be applied in the selection process are as follows: (I) PROFESSIONAL QUALIFICATIONS -- Relevant experience and qualifications of the A-E's key personnel as related to parking facility design (project architect -- 5 points; project manager -- 5 points; chief structural engineer -- 5 points; and experience of the proposed team members working together on parking facility projects -- 15 points). Total 30 points. (II) DESIGN EXPERTISE AND TECHNICAL ABILITY -- The proposed team's specialized experience and technical competence including parking planning, engineering design and innovative architectural design. Total 20 points. (III) ORGANIZATION AND MANAGEMENT -- A-E firm's demonstrated ability to manage a large project, maintain a project schedule and budget, and utilize a system of cost controls including value engineering. Total 25 points. (IV) EXPERIENCE OF FIRM -- Past performance on similar contracts with Government agencies and private industry in terms of cost control, adherence to the project schedule, quality of design, and user satisfaction. Total 15 points. (V) LOCATION -- The A-E firm, including major consultants, must have an active full-time production staff/business providing architectural-engineering services. The firm must also have been in business in it's current location providing A-E design and related services during the immediate past year. Firms located within 100 miles of CDC, Atlanta, Georgia will receive 10 points; Firms located within 500 miles of CDC, Atlanta, Georgia will receive 5 points; Firms located over 500 miles from CDC, Atlanta, Georgia will receive 0 points. Firms desiring consideration are invited to submit a letter of interest along with one copy each of completed SF 254 (SF 254 must be submitted for prime firm and each consultant) and SF 255. All SF 254s must be current reflecting a date not more than one year from the date of this notice. A maximum of ten sheets of supplemental information to SF 255, specifically responding to the above criteria including representative photographs or graphic examples of relevant parking facilities will be permitted. Responses are due by 2:00 p.m., local time, January 6, 1997. Firms are advised that in accordance with FAR 52.219-9, a large business successful offeror will be required to submit for approval a subcontracting plan outlining which portions of the work to be subcontracted will be awarded to small businesses, small disadvantaged businesses, and women-owned small businesses. An acceptable subcontracting plan must be agreed upon prior to contract award to any large business firm. Short-listed firms will be required to demonstrate a proactive effort to achieve the following minimum goals for subcontracted work: Small and Small Disadvantaged Business Concerns (20%), and Women-Owned Small Business Concerns (5%). Site visits will not be arranged during the submittal period. This is not a request for proposal. (0337)

Loren Data Corp. http://www.ld.com (SYN# 0012 19961203\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page