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