Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1996 PSA#1736

US Army Engineer District, P.O. Box 1070, Nashville, TN 37202-1070

C -- C-FIRM, FIXED PRICE CONTRACT FOR DESIGN SERVICES, MURFREE SPRING ENVIRONMENTAL EDUCATION CENTER, MURFREESBORO, TN SOL DACW62-97-R-0006 POC Contract Specialist Charles Appleton (615)736-7910 Virginia Selwyn Contracting Officer (615)736-7276 Technical Information John Manor (615)736-5110. A contract will be awarded to prepare design documents for construction of a 30,000 SF environmental education center/childrens museum at the Murfree Spring site in Murfreesboro, TN. CONTRACT INFORMATION Contract time period will be negotiated after selection. Groups with prime-sub relationships or joint ventures will be considered as well as firms having all disciplines in-house. Responding groups or firms must have demonstrated competence and experience in the following disciplines: architecture, environmental, civil, strcutural, electrical, mechanical, landscape architecture, interior design, and museum/exhibit design. The estimated construction cost is $4 million. The contract is anticipated to be awarded in Feb 1997. 2. PROJECT INFORMATION The project will be designed in two phases. Phase 1 will be preparation of the site for construction and will include environmental remediation, asbestos abatement plans, and demolition plans for two existing municipal buildings (water treatment plant and steam plant). Phase II will be preparation of final plans & specification for the new 30,000 SF building and associated site development, roads, parking, utility relocations, and wetland/spring interpretation. The award of the demolition contract is scheduled for October 1997. All CADD services must be compatible with Microstation Version 5.0 or later. 3. SELECTION CRITERIA See Note 24 for general selection process information. The selection criteria are listed below in descending order of importance. Criteria a-d are primary. Criteria e-f are secondary and will only be used as "tie-breakers" among technically equal firms. a. Professional qualifications of the key project management and technical personnel to be assigned to the contract. Evaluation factors will include the education, training, experience, and registration of these personnel, b. Specialized experience and technical competence of the prime firm and any subcontractors in the type of work required. Evaluation factors will include knowledge of localand regional codes and regulations, the effectiveness of the proposed management structure and the prior working relationship between a prime firm and any subcontractors. A single point of contact between the A-E and the Government project manager must be clearly identified, c. Capacity of the firm to accomplish the work., d. Past performance and experience on DOD and other contracts with respect to cost control, quality of work, and compliance with schedules, e. Geographical proximity of the office responsible for contract negotiations and production of the work in relationship to the Nashville District Office and the city of Murfreesboro, TN, f. Volume of DOD contracts within the last twelve months with the object of effecting an equitable distribution of contracts among qualified A-E firms including small and small disadvantaged business firms. 4. SUBMISSION REQUIREMENTS See Note 24 for general submission requirements. Firms desiring consideration are invited to submit 1 copy of an updated and accurate SF254 (11/92 edition) and SF 255 (11/92 edition). A current SF 254 is also required for all subconsultants. If the prime contractor to perform the work is located in a branch office, the SF 255 shall reflect key disciplines and experience for the branch office only. Include the firm's ACASS number in SF 255, Block 3b. The business size status (large, small and/or minority) should be indicated in SF 255, Block 3b. Definition: A concern is small if the annual receipts averaged over the past 3 fiscal years do not exceed $2.5 million. For ACASS information, call 503-326-3459. Firms submitting SF 254 and SF 255 by the closing date will be considered for the work. No other general notification to firms under consideration for this work will be made and no further action is required. This is not a Request for Proposal. Solicitation packages are not provided for A-E contracts. Personal visits for the purpose of discussing the work are discouraged. Telephone calls are welcomed. For SF 254 and SF 255 submittal by express mail, the delivery address is: U.S. Army Corps of Engineers, Estes Kefauver Building, 110 Ninth Avenue South, Nashville, TN 37203, ATTN: CEORN-CT, Room A-604. Documents should be submitted by January 3, 1997. (0339)

Loren Data Corp. http://www.ld.com (SYN# 0029 19961206\C-0014.SOL)


C - Architect and Engineering Services - Construction Index Page