Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 8,1997 PSA#1757

USAED, SACRAMENTO, ATTN: A-E NEGOTIATIONS SECTION, 1325 J STREET ROOM 1079, SACRAMENTO CA 95814-2922

C -- POTENTIAL FIXED PRICE CONTRACT FOR DESIGN/ADDITION AND ALTERATION OF VARIOUS HEADQUARTERS FACILITIES AND ADMINISTRATIVE FACILITIES IN SUPPORT OF THE SACRAMENTO DISTRICE PROGRAM. SOL DACA05-97-R-0011 DUE 012197 POC Mr. Ken Parkinson, Unit Leader, A-E Negotiations Unit, (916) 557-7470. Contracting Officer Judith Grant (Site Code DACA05) 1. CONTRACT INFORMATION: Work and services may consist of the design for various headquarters/administrative type facilities in support of the Sacramento District's assigned military design program in various fiscal years. The projects may generally e in the states of CA, AZ, NV and UT. This may be the only announcement which may lead to the award of A-E contracts for the design of headquarters/administrative facilities projects for the Sacramento District during the next 12 months. A separate firm- fxed-price contract will be negotiated and awarded for each project. A list of at least three firms will be selected. When a design authorization for the first project of this type is received, negotiations will begin with the top ranked firm. When an authorization is received for a subsequent project, or if negotiations with a firm for a project are unsuccessful, negotiations will begin with the next ranked firmthat has not been offered a project for negotiation. If the list of ranked firms is exhausted, the negotiation cycle will begin again with the top ranked firm. If the performance of a firm is less than average, the firm will not be considered for added wor during the cycle. None of the projects have been authorized for design and funds are not presently available for any contracts. 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 performane 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 subcontractinggoals are the minimal acceptable goals to be included in the subcontracting plan. Of the subcontracted work, 55% 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 contractor shall be responsible for design and drawings using computer-aided design and drafting (CADD) and delivering the three- dimensional drawngs 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 1 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 Acquisiton 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 Enginers 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 firms selected for these contracts will be required to submit a detailed subcontracting plan at a later date. f 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 F 255. This work will include all architectural-engineering (A-E) and related services necessary to complete the design, and A-E services during the construction phase for these projects. 2. PROJECT INFORMATION: These contracts may include the design of office space, automated data processing (ADP) areas, training/conference space, special purpose and file areas, restroom, breakrooms, supply storage aras and information systems. Support facilities may include mechanical and electrical systems, HVAC, fire detection/protection, life safety, information systems, paved parking areas, landscaping, outside utilities, handicap access and functional floor plans If demolition of existing facilities is required, the design effort with documents developed for asbestos and/or lead based paint removal may be required. An interactive design charrette process for data gathering may be utilized. These projects may be designed using the metric system of measurement and responding firms shall indicate relevant metric design experience in block 8. The estimated construction csts per project range from $1,000,000 to approximately $10,000,000. 3. SELECTION CRITERIA: See Note 24 for general selection process. The selection criteria are listed below in descending order of importance. Criteria a through d are primary. Criteria e though g are secondary and will only be used as tie-breakers among technically equal firms. a. Specialized experience and technical competence in (1) Design and renovation of administrative facilities as described above. 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 followng key disciplines: Project Manager, Architecture, Landscape Architecture, Civil, Electrical, Mechanical, Fire Protection, Structural Engineers, Cost Estimating, and Certified Industrial Hygienist. The evaluation will consider education, training, registraion, overall relevant experience and longevity with the firm. d. Capacity of firm to accomplish work in the required time frame including professional qualifications of firm s staff and consultants to be assigned to the projects pertinent to that required for these projects. The breadth and size of a firm willbe considered to match the complexity/simplicity of the expected projects. e. Volume of DoD conract awards in the last 12 months as described below. f. Location of the firm in the general geographical area of the Sacramento District s area of responsibility. g. Extent of participation of small business, small disadvantaged business, woman owned smal 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-Engneer 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. In block 7 of the SF255 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 duringthe 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 and organization chart for the proposed team. A task specific qualty 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 mae 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 Note 24 and 26. (0006)

Loren Data Corp. http://www.ld.com (SYN# 0011 19970108\C-0004.SOL)


C - Architect and Engineering Services - Construction Index Page